Skip to main content

An official website of the United States government

You have 2 new alerts

WILSON RH2150 HARDNESS TESTER

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: Presolicitation (Original)
  • Original Published Date: Nov 01, 2024 02:26 pm EDT
  • Original Response Date: Nov 04, 2024 09:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 19, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 333248 - All Other Industrial Machinery Manufacturing
  • Place of Performance:
    Portsmouth , VA 23709
    USA

Description

The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for the items listed below. The award determination will be lowest price technically acceptable (LPTA). The required items are for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice.

The Contract Line Items (CLINs) are as follows:

CLIN 0001

QTY 1 EA

WILSON RH2150 SIZE 2 - 14IN [356MM] - WITH REGULAR ROCKWELL SCALES, 10-187.5 KGF

INCLUDES 2.5" (63MM) FLAT ANVIL AND 1/16" WC BALL INDENTER 7" COLOR TOUCHDISPLAY FULLY ADJUSTABLE ON MACHINE FRAME OR TAKING OFF MACHINE WITH TEST PROGRAM EDITOR, EXPORT OPTIONS VIA USB DEVICE (TXT AND CSV FILE FORMAT) INDUSTRIAL BUTTONS FOR START/STOP TEST CYCLE AND TESTHEAD MOVEMENT SHEET METAL HOUSING

CLIN 0002

QTY 1 EA

T-SLOT-TABLE ROCKWELL-WILSON RH2150 SERIES 13.3IN X 1IN [340X280MM] T SLOT TABLE, 12MM SLOT WIDTH, WITH BORE PATTERN FOR SPINDLE ADAPTION

CLIN 0003

QTY 1EA

GOOSENECK INDENTER-LARGE

CLIN 0004

QTY 1 EA

ROCKWELL REGULAR SCALE ACCESSORY KIT INCLUDES NIST 'C' BRALE INDENTER (9100401), HRC25 TEST BLOCK WITH A2LA CERT (9203111), HRC63 TEST BLOCK WITH A2LA CERT (9203191), AND HRB80 TEST BLOCK WITH A2LA CERT (9202090W).

CLIN 0005

QTY 1 EA

INSTALL - HRD TEST CAL - HRC HRB

FREIGHT - UP TO 300 LBS

CLIN 0006

QTY 1 EA

INSTALL - ZONE 3 (26-75 MILES) HRD

The requirement will be solicited as a Brand Name 100% total small business set aside. The NAICS code applicable to this procurement is 333248: All Other Industrial Machinery Manufacturing. The Product Service Code 6640, LABORATORY EQUIPMENT AND SUPPLIES.

The anticipated delivery date for this acquisition is 1-4 WEEKS after contract award. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only.

The solicitation number is SPMYM125Q0008, and will be available 01 NOV 2024 and posted to SAM.gov, https://sam.gov/.  Quotes will be due by 3:00 PM EST on 08 NOV 2024. Responses to the solicitation notice shall be emailed to the attention of Steven Treherne at steven.treherne@dla.mil.  Please make sure that the solicitation number (SPMYM125Q0008) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues.

Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offeror's to access solicitation documents posted. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed.

All responsible sources may submit a proposal which may be considered by the Government. By submitting an offer, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates, and procedures. Please direct all questions regarding this requirement to Steven Treherne at steven.treherne@dla.mil.

Contact Information

Contracting Office Address

  • CONTRACTING DIVISION (DLA-NMAB)
  • PORTSMOUTH , VA 23709-5000
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Nov 20, 2024 12:00 am ESTPresolicitation (Original)