Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2017 FBO #5621
MODIFICATION

66 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – COORDINATE MEASURING MACHINE

Notice Date
4/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016417SNB64
 
Archive Date
5/6/2017
 
Point of Contact
James D. Martin, Phone: 812-854-3723
 
E-Mail Address
James.D.Martin@navy.mil
(James.D.Martin@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-17-S-NB64 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - COORDINATE MEASURING MACHINE - FSC 6625 - NAICS 334516 Issue Date: 12 April 2017 - Closing Date: 21 April 2017 - 2:00 PM EST AMENDMENT 0001 - This RFI is being reopened to address a reduction in the estimated cost duplication and time delay to replace existing MCOSMOS inspection programs and procurement of the Mitutoyo CRYSTA Apex S 9108 CMM and MCOSMOS software to $131,628 and 6.25 months respectively. ORIGINAL REQUEST FOR INFORMATION (RFI) - The Government is issuing this RFI/sources sought announcement as part of market research for Mitutoyo American Corporation Model CRTAS9108 SM606 TP20 Coordinate Measuring Machine. The Government requires a highly accurate CMM operating with MCOSMOS-3 software to support in house fabrication, inspection, validation and acceptance of materials prior to Fleet delivery. The CMM provides a reliable/proven method to inspect and accept over 80 critical components used to fabricate communication equipment. The items tested are critical components and must be reliable in order for the systems to function properly. Inaccurate inspection of critical components used to fabricate the components at NSWC Crane could compromise system operation. The following salient characteristics shall be met. MEASUREMENT RANGE: 900mm x 1000mm X 800mm MEASUREMENT ACCURACY (throughout the range): +/- 0.00005 inches MAXIMUM PART WEIGHT SUPPORTED: over 2,000 lbs. SOFTWARE: 100% MCOSMOS Compatible HEAD TYPE: PH10M Probe Head or able to reduce to TP20 PROBE TYPE: Renishaw CMM FOOTPRINT & HEIGHT: The CMM shall fit within a footprint of < 40 ft 2 and a total extended height of < 10 ft. The space available for this machine is limited due to other equipment, part storage, material accessibility and ceiling height. Adequate access from three sides of the machine is required to support material measurement requirements. COMPUTER AND MONITOR: Computer and monitor shall be included with the machine. The computer shall have the ‘Win10' operating system on it in order to connect to the network. TRAINING: Software training shall be required. FUTURE CAPABILITIES: Shall be set up to use CAD models to prepare programs that will measure parts per that model given. The Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a brand name only contract to sources capable of providing the Mitutoyo American Corporation Model CRTAS9108 SM606 TP20 Coordinate Measuring Machine and associated equipment. This effort will be conducted on a brand name only basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition to this brand name is to avoid roughly $240,000 in cost duplication and prevent as much as one year unnecessary schedule impact. The Mitutoyo CRYSTA Apex S 9108 CMM and MCOSMOS software is required to interface with existing GXPS CMM programs that have been developed over the past decade using the proprietary MCOSMOS software. The Bright-A504 CMM and MCOSMOS software have provided high accuracy measurements and acceptance parameters for 81 critical piece parts supporting various electronic components. Procurement and utilization of any alternate CMM system would need to provide 100% interoperability with the existing 81 component inspection programs developed with the Mitutoyo MCOSMOS software. CMM units which are not 100% compatible with the existing MCOSMOS (proprietary) software would require the generation of 81 new software programs and perform validation to ensure critical components are accurately inspected during acceptance. The cost estimated to replace existing MCOSMOS inspection programs is $240K and it is estimated that it would generate a delay of 1 year above and beyond procurement of the Mitutoyo CRYSTA Apex S 9108 CMM and MCOSMOS software. In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is accepting information from companies potentially capable of meeting the requirements as described above. Responses shall address how the Government can offset the estimated $240,000 in cost duplication and the schedule delay that are anticipated to result if a source proposing other than the brand name is utilized. Responses shall include availability, budgetary cost estimate, and lead time of the solution. All interested parties may submit company and product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, production units, production quantity breaks, an explanation as to why the Government should not procure this effort on a brand name only basis as stated above. Responses to the Market Survey shall include the following: Submitter's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N00164-17-S-NB64 Please include the purpose/explanation of the response to the Market Survey, i.e. to better understand the Government requirements; to potentially become a viable source for future requirements; to take exception to the anticipated brand name only as your company currently meets all of the Government requirements and can successfully offset the projected cost duplication and schedule delays. The Government may contact RFI respondents to get clarification on the information submitted. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Market Survey information may be submitted to the Point of Contact (POC) any time prior to the expiration of this announcement. The POC for this effort is Mr. James D. Martin, James.D.Martin@navy.mil or 812-854-3723. The mailing address is: NAVSURFWARCENDIV Crane Attention James D. Martin, Code 0221, Bldg 121 300 Highway 361 Crane, IN 47522-5001 Responses to this RFI/sources sought may be emailed to the POC above. If any part of the submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNB64/listing.html)
 
Record
SN04469790-W 20170414/170412234605-53b7667f15eecc89dd0ecb3d9abcf948 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.