Florida Bids > Bid Detail

EC2000 EQUIPMENT UPGRADE

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159517342842891
Posted Date: Dec 7, 2022
Due Date: Dec 22, 2023
Solicitation No: N6852023C0003
Source: https://sam.gov/opp/eb31a366ec...
Follow
EC2000 EQUIPMENT UPGRADE
Active
Contract Opportunity
Notice ID
N6852023C0003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
FLEET READINESS CENTER
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 07, 2022 02:50 pm EST
  • Original Response Date: Dec 22, 2023 05:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6635 - PHYSICAL PROPERTIES TESTING AND INSPECTION
  • NAICS Code:
    • 334519 - Other Measuring and Controlling Device Manufacturing
  • Place of Performance:
    Jacksonville , FL 32212-0016
    USA
Description

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED ARE ENCOURAGED TO SEND IN A CAPABILITY PACKAGE.



PSC Code: 6635 Physical Properties Testing and Inspection



NAICS Code: 334519 Other Measuring and Controlling Device Manufacturing







Fleet Readiness Center Southeast (FRCSE) has four (4) EC2000 Eddy Current Inspection System Machines currently located at the FRCSE , Naval Air Station, Jacksonville, Florida. Current motion control is via Aerotek 3200 driving direct current (DC) servos for seven (7) independent axes. Existing scheme uses a UniWest 450Z eddy current instrument for single channel inspections. Arrayed inspections are currently executed by a MicroDesigns four (4) channel multiplexed instrument on two (2) of the machines and the UniWest (24) channel US-454-MC-24 instrument on the other two. These systems are controlled and feedback displayed by an Industrial Personal Computer (PC) that is run via Windows XP operating system.





The scope of this upgrade shall include all material, labor, supervision, and shipping for all necessary components including, but not limited to: 1. Complete motion control system including central processing unit (CPU), servo amplifiers, brushless DC servo motors, all cables, adapters, software, and tuning required for the system to run per the specifications below. 2. Complete instrumentation, cables, software, and tuning to perform eddy current inspection on General Electric (GE) rotating engine components. 3. Industrial PC capable of managing and monitoring both the motion control and the eddy current instrument or instruments supplied as well as networking all four (4) machines and a printer (supplied by Government). The equipment upgrade shall include all software and hardware required to upgrade each of four (4) EC2000 Eddy Current Inspection Systems to meet or exceed the standards required by GE for inspection of engines and components of their manufacture currently serviced and repaired at FRCSE. In addition to installation, contractor shall provide on-site training for artisans, Nondestructive Inspection (NDI) engineers, and technical support concurrently as well as phone support.





All work performed by the contractor shall be accomplished in accordance with applicable OEM publications, technical directives, instructions, standards and procedures contained in pertinent manuals, utilizing blueprints, drawings or schematics. The Contractor must have or have access to all required documents and approvals to use OEM and General Electric Specifications.





RESPONSES



Please answer the following questions/provide the following feedback in your response to this RFI:



1. Please identify your company's small business size standard based on the primary NAICS code of 334519. The small business size standard for this NAICS code is 500 employees. For more information refer to http://www.sba.gov/content/table-smallbusiness- size-standards.



Please identify, if your business is categorized as a small business by the SBA, or any of the following subcategories:



Small Business (SB) Concern, 8(a), Small Disadvantaged Business (SDB), Woman-Owned Small Business, Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business, or a Service-Disabled Veteran-Owned Small Business.



2. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under the primary NAICS code? If you are a SB please answer questions 2a & b.



(a) What percentage of this requirement do you plan to perform in house (not sub-contract out)? Also indicate (with supporting rationale) if/how your company would be compliant given the restrictions identified in the Defense Authorization Bill 2013, which states that at least 50 percent of the total contract cost will be performed by the small business prime contractor or small business similar situated entities.



(b) If you are a small business, does your company have adequate resources, financial or otherwise, to perform the requirement?



3. Provide confirmation that your company has or has access to all required documents and approvals to use OEM and General Electric Specifications necessary to upgrade the equipment requested in the enclosed statement of work.







Interested parties shall respond to questions 1-3 by 05:00 pm on 22 December 2022. All information submitted should support the offeror's capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these items and sent to Zacerry.g.herbert.civ@us.navy.mil. Verbal responses are not acceptable and will not be considered.





DISCLAIMER



This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This is a sources sought market survey. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. There is no RFP available at this time. Any information submitted by respondents to this RFI is strictly voluntary. Responders are advised that the United States Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a RFP is released, it will be synopsized on the SAM.gov website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.




Attachments/Links
Attachments
Document File Size Access Updated Date
EC2000 SOURCES SOUGHT.pdf (opens in new window)
260 KB
Public
Dec 07, 2022
file uploads

Contact Information
Contracting Office Address
  • ATTN CHIEF OF STAFF 47038 MCLEOD ROAD, BLDG 448
  • PATUXENT RIVER , MD 20670
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 07, 2022 02:50 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >