Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOURCES SOUGHT

J -- Procurement of Cylindrical Measurement Machine

Notice Date
2/27/2020 6:05:31 AM
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-R-0A7A
 
Response Due
3/6/2020 12:00:00 PM
 
Archive Date
03/21/2020
 
Point of Contact
Kelly A. Lynch
 
E-Mail Address
kelly.a.lynch21.civ@mail.mil
(kelly.a.lynch21.civ@mail.mil)
 
Description
Procurement of Cylindrical Measurement Machine 27 February, 2020 Contracting Command - New Jersey 07806-5000, in support of the Combat Capabilities Development Command (CCDC) Armaments Center, is currently seeking sources for procurement of Cylindrical Measurement Machine. This Sources Sought Notice is for planning purposes only and shall not be construed as a solicitation or Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this Sources Sought. In preparation for a possible future procurement, ACC-NJ is performing this Sources Sought to explore the market capability to support this effort and determine if a competitive environment exists. STATEMENT OF OBJECTIVES: The contractor shall provide end deliverable cylindrical measurement machine with necessary hardware and software to inspect a vast range of components to high precision.� The machine will be delivered and installed in B3150, Picatinny Arsenal NJ.� Specifically, this optical Measurement machine will provide robust capability to effectively and efficiently inspect exterior profiles of large diameter (up to 9�) as well as a variety of hardware components both by Armaments Center Prototype Integration Facility (PIF) and outside customer parts. The contractor shall provide deliverable with the following capabilities: CCD-line with 2kHz measuring frequency. LED illumination with 50.000 hours life cycle. Configuration in IP65-housing. Measurement range of 0.2-230mm. Resolution 0,5m. Interface boards for computer input. Standard color: RAL 7035 (structure). Clamping range of 40mm max. Load capacity for parts up to 400N. Center height: 140mm. Angle and cone measurement. Diameter and length measurement. Radius and roundness measurement. Contour image with extensive zoom functions. Creation of measurement programs in the graphic mode referring to the original contour. Single measurement with graphic support of all available evaluation values and elements. PERFROMANCE REQUIREMENTS: 1. The contractor shall provide end deliverable cylindrical measuring machine and provide installation and training within the period of performance. 2. For training documentation that the contractor will develop, the contractor shall use MIL-STD-40051-2C, DoD Standard Practice, and Preparation of Digital Technical Information for Page-based Technical Manuals (TMs) as guidance. 3. For training that the contractor will develop or administer, the contractor shall employ training instruction (e.g., manuals), training criteria (e.g., desired learning outcomes and performance goals), and evaluation methods and metrics to verify training effectiveness in accordance with criteria (e.g., performance measurements such as number of tasks correctly completed within a prescribed time).� The contractor may use MIL-HDBK-29612-2A - Department of Defense Handbook, Instructional Systems Development/Systems Approach to Training and Education (Part 2 of 5 Parts), 31 August 2001 as guidance. 4. The contractor may conduct Usability Testing as part of the training as a means of verifying training effectiveness in accordance with (IAW) the training criteria and as a means by which to evaluate whether the Target Audience users can operate and troubleshoot the machine IAW established criteria for operational modes and failure modes.� Usability Testing will include an evaluation of human-system performance to determine system reliability and effectiveness with humans in the loop.� The contractor may also employ metrics such as the System Usability Survey (SUS) and targeted questionnaires to gather Usability data and feedback from the training participants. DELIVERABLES: The contractor shall deliver a fully functional cylindrical measuring machine and demonstrate its functionality during installation.� Contractor shall provide training and documentation on proper use and configuration of the machine. The machine will be delivered and installed at B3150, Picatinny Arsenal, NJ. SUBMISSION DETAILS: Interested parties shall submit a brief capability statement, demonstrating how they are capable of performing this requirement.� Standard corporate brochures are not desired.� The capability statement should include the following:� company name, address, telephone number, email address, technical point of contract, DUNS number, Cage Code and company size (please specify as either a Large Business, Foreign-Owned Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business), and� Technical description of ability to meet the requirement. RESPONSE SCOPE: The applicable NAICS code for this requirement is 333314 - Optical Instrument and Lens Manufacturing with a Small Business Size Standard of 500 employees. The Product Service Code is 6650. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Kelly Lynch, in either Microsoft Word or Portable Document Format (PDF), via email to kelly.a.lynch21.civ@mail.mil no later than 3:00 p.m. Eastern Standard Time on 6 March 2020 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Please also provide the firm�s name and address, point of contact with telephone number and email address, CAGE Code and DUNS number, and size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.). All data should be sent at no cost to the US Government. Information and materials submitted in response to this request WILL NOT be returned. Phone inquiries will not be addressed; all requests should be submitted in writing via email. Respondents will not be notified of the results of the survey. DO NOT SUBMIT CLASSIFIED MATERIAL. This Sources Sought is for information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. If a formal solicitation is generated at a later date, a Request for Proposal (RFP) will be published. If a RFP is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these websites for additional information pertaining to this requirement. The Government is not obligated to notify respondents of the results of this survey.� All information submitted will be held in a confidential status. Information provided will not be returned. TELEPHONE INQUIRIES/SUBMISSIONS WILL NOT BE ACCEPTED. The Government will accept questions via email ONLY. The Army is not seeking, and will not accept, unsolicited proposals. Responders are advised that the U.S. Government is not responsible and will not pay for any information or administrative costs incurred in responding to this notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6cc4f9cbda4c45f8b15acf392df090c1/view)
 
Record
SN05574919-F 20200229/200227230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.