Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 26, 2022 SAM #7635
SOLICITATION NOTICE

99 -- TESTING SERVICES for various Defense Logistics Agency Items

Notice Date
10/24/2022 4:22:03 AM
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7MX23R0001
 
Response Due
12/7/2022 8:59:00 PM
 
Point of Contact
brandy warner, Phone: 6146925024
 
E-Mail Address
brandy.warner@dla.mil
(brandy.warner@dla.mil)
 
Description
The solicitation will be available on November 7, 2022 at https://www.dibbs.bsm.dla.mil/RFP/. The DLA Land & Maritime Supply Chain is releasing solicitation SPE7MX-23-R-0001 for various testing services in the below categories. The test lab (offeror) must have adequate skills and technical capabilities for performing various types of testing, as will be described in the solicitation.� Categories of testing can include Government First Article (GFAT), Production Lot Testing (PLT), and Customer Quality Complaint Investigations (PQDRs). The contractor shall set up and maintain, at all times, a computerized database to track status of all tasks proposed and issued.� The database must be operational in sufficient time to be established and prepared to meet the first tests� reporting requirement. The various testing requirements will generally fall within two major categories: 1. Bomb Release Units (BRU�s) and BRU components (i.e., ballistic and non-ballistic ejection testing, dynamic load, electromagnetic compatibility, high-G release, static load, etc.).� Contractor MUST have access (within 30 days) to bomb racks and will be required for most of the tests to possess a Military Ammunition Storage license.� The facility must also possess: Ability to perform ballistic ejection testing (including a full complement of instrumented test stores required to measure event duration parameters that normally do not exceed 100 milliseconds) Ejection testing capability (non-instrumented) at a rate of 10 ejections/hour Have a full complement of non-instrumented stores (simulated bomb weights of 250, 500, 1000, 2600, and 3575 pounds) Provisions to store Class C explosives (impulse cartridges) Fully automated specialized test equipment capable of performing endurance testing 2. Non-Bomb Release Units (Non-BRU) -To include all other items NOT categorized as a Bomb Release Unit or component.� Historically, these tests consist of gear profile testing and include the utilization of a master gear.� Special Testing, as directed, may also include investigation of PQDR complaints All test setups and procedures will be the responsibility of the test facility Contractor will be required to provide estimates, subsequent actual cost, and various other notifications throughout the testing process by electronic means (i.e., when the lab is in receipt of the item, the start of the testing, the completion date, actual cost submittal, final inspection results, test reports, etc.).� Contractor must be able to operate in a Microsoft Office environment ��Contractor database must be compatible with DLA Land & Maritime databases (i.e., able to be read in Microsoft Office or Adobe formats). All responsible sources may submit an offer/quote which shall be considered. Solicitation is Unrestricted with full and open competition. The Small Business size standard is $16,5000,000.00 million annually for NAICS 541380. The proposed procurement is for 5-year Time & Materials contract, which includes a 1-Year Base and 4 one-year option periods. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described services.� However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial service within 15 days of this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7ad4628305f04700bc408200933e047e/view)
 
Record
SN06501367-F 20221026/221024230059 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.