Manual Penetrant Line

Agency: DEPT OF DEFENSE
State: North Carolina
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159880555265426
Posted Date: Mar 25, 2024
Due Date: Apr 26, 2024
Solicitation No: 24-30-1201
Source: Members Only
Follow
Manual Penetrant Line
Active
Contract Opportunity
Notice ID
24-30-1201
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA AVIATION
Sub Command
DLA AV RICHMOND
Office
DLA AVIATION
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 25, 2024 02:34 pm EDT
  • Original Response Date: Apr 26, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 333517 - Machine Tool Manufacturing
  • Place of Performance:
    Havelock , NC 28532
    USA
Description

DLA-Aviation is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for one vertical heat treat vacuum furnace. Potential sources must provide turn-key machine with technical data, tooling and accessories, delivery, unloading and rigging, installation, testing and on-site operator, maintenance, electrical, and mechanical training. The result of this market research will contribute to determining the method of procurement.



The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. THIS SOURCES SOUGHT IS FOR INFORMATION PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE/PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.



Submission Instructions: Interested parties should submit a response to this Sources Sought Notice by Apil 26, 2024 NLT 03:00 pm EDT.



All responses under this Sources Sought Notice must be emailed to AVN IPE Market Research at AVNIPEMarketResearch@dla.mil.



Email subject line must include ATTN: Mitchell Wickard, IPE TRACKING NUMBER 24-30-1201, Manual Penetrant Line.



Responses should be not exceed ten (10) one-sided 8.5 x 10 inch pages with a font that is no smaller than 10 point as this is not a request for a proposal but only a request for submission of a vendor's capability to perform this requirement. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.



DLA Aviation intends to issue a request for proposal for one Manual Conveyance intelligent Fluorescent Penetrant System(iFPI), including: Tooling and accessories, delivery, unloading and rigging, installation, testing and on site operator, maintenance, electrical, and mechanical training. Interested parties may identify their interest and capability to respond to this requirement no later than the stated closing date/time.





Place of performance is Fleet Readiness Center, Cherry Point.





DLA Aviation is requesting industry input into the feasibility of the government’s requirements. In your response, please provide:




  • Description of your company’s capabilities, based on the questions below

  • Comments on the attached statement of work. Please identify on the attached statement of work if your company is capable of providing the requirement as written or propose an alternative solution.

  • Please identify your company’s business size in terms of number of employees, and whether domestic or foreign for consideration of solicitation set-aside, and small business subcontracting requirements.

  • Please identify your company’s manufacturer status: Manufacturer/Non-Manufacturing Source. If non-manufacturing source, please identify the manufacturer.

  • Please identify whether your company will partner with subcontractors to complete this requirement.

  • Please provide a basis of estimate to consider the total financial budget of this requirement. Estimates should capture the total procurement requirements, not solely the machine’s requirements.





Physical Characteristics:




  • The attached purchase description outlines the physical characteristics of the machine to include:

    • Each machine must fit within the allowable floor space of 42 feet x 23 feet x 21 feet (L x W x H)

      • This is the max floor space available between existing equipment.

      • Please identify the Manual Penetrant Line’s overall footprint and if the provided Penetrant Line will fit or exceed the required workspace.



    • Refer to paragraphs: 3.2.14 Space Constraints. Please comment on the draft purchase description of whether the current physical characteristics are achievable, or whether the Government should consider an alternative that is commercially available.







Functional Characteristics:




  • FRCE requires the Manual Penetrant Line to perform automated hydrophililc post-emulsifiable fluorescent penetrant processes from application of penetrant to application of developer, in accordance with ASTM E 1417, CP09-2-J-4267, NAVAIR 01-1A-16-2, and SAE AMS 2644E.





Performance Characteristics:




  • The performance characteristics can be found in section 3.6.4 Acceptance Test Plan, 4.5.1 Operational Test, 4.5.2 Performance Test and 4.5.3 Safety Testing.





Additional scope requirements:




  • Please review the additional scope requirements as follows:

    • 3.2 Essential System Components.

    • 3.2.1 Processed Components.

    • 3.2.2 Material Hangling System

    • 3.2.3 Penetrant Dip Application

    • 3.2.4 Penetrant Dwell Station

    • 3.2.5 Pre-Rinse, Emulsifier and Post-Rinse Station

    • 3.2.6 Dryer Station

    • 3.2.7 Dry Developer Station

    • 3.2.8 Baskets

    • 3.2.9 Manual Inspection Booth

    • 3.2.10 Inspection Lights

    • 3.2.11 Operator Control System

    • 3.2.11.1 Industrial Control System

    • 3.2.11.2 Human-Machine Interface

    • 3.6.1 Manuals

    • 3.8 Training

    • 7.1.1 Electrical

    • 8. Installation








  • Acceptance testing is conducted at government’s facility with the cited test procedures, as referenced in paragraph 4.0 Quality Assurance Provisions, 4.5.1 Operational Test and 4.5.2 Performance Tests. Please comment on feasibility of tests along with your company’s ability to execute the test. Please provided feedback on the applicability and feasibility of the government directed test.






  • Please comment on the draft purchase description of whether the current characteristics are achievable, or whether the Government should consider an alternative that is commercially available.


Attachments/Links
Contact Information
Contracting Office Address
  • ASC INDUSTRIAL PLANT EQUIPMENT 6090 STRATHMORE ROAD
  • RICHMOND , VA 23237
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 25, 2024 02:34 pm EDTSources 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 >