Inactive
Notice ID:N6426719Q0084
REQUEST FOR INFORMATION THIS IS A REQUEST FOR INFORMATION. THIS IS NOT A REQUEST FOR PROPOSAL. Department of the Navy, Naval Sea Systems Command, Naval Surface Warfare Center, Corona Division, Contrac...
REQUEST FOR INFORMATION THIS IS A REQUEST FOR INFORMATION. THIS IS NOT A REQUEST FOR PROPOSAL. Department of the Navy, Naval Sea Systems Command, Naval Surface Warfare Center, Corona Division, Contracts Department Requirement Description The Naval Surface Warfare Center, Corona Division is hereby issuing a Request for Information (RFI) from all potential sources to provide information regarding a commercial, modified commercial or non-commercial product/service solution(s) to the following specifications: Measurement Science Department of Naval Surface Warfare Center Corona Division, is conducting a market survey to gather calibration, traceability, and certification information for articulating arms, laser scanners, and probes. As the scientific and technical agent for the Navy METCAL program (OPNAVINST 3960.16A), NSWC Corona is responsible for ensuring the traceability of Test, Measurement, and Diagnostic Equipment (TMDE) to the International System of Units (SI). The Additive Manufacturing (AM) Team at the Naval Surface Warfare Center Corona Division has been tasked with a Naval Innovative Science and Engineering (NISE) project to quantify the geometric variability of parts produced by AM. Multiple methods to measure the geometric variability were considered. Articulating arms calibrated to the ISO 10360-12 standard were selected as the metrology TMDE of greatest interest. This project will result in recommendations of equipment for forward deployed AM and metrology capabilities to support Navy and Marine Corps operations. Minimum Requirements for Participation in this RFI: 1. Provide procedure(s) used to validate that articulating arm(s) meet the requirements listed in ISO 10360-12 standard. 2. Provide the procedure(s) used to validate that laser scanner(s), and probe(s) used with the articulating arm(s) operate within stated tolerances. 3. Provide measurement standards or artifact traceability to the SI information for any measurement standards or artifacts used in the provided procedures. 4. Articulating arms shall have a reach between 2 and 3 meters. 5. Laser scanner accuracy shall be greater than 0.0020 inch. 6. Probing accuracy shall be greater than 0.0015 inch. ADDITIONAL REQUESTS 1. Provide procedure(s) used to adjust articulating arm(s), laser scanner(s), and probe(s) when ISO 10360-12 requirements or other stated tolerances are not met to bring them into tolerance. 2. Provide any proprietary software or equipment required for the adjustments. 3. Provide the physical articulating arm(s), laser scanner(s), probe(s), and support equipment required for conducting measurements of AM parts. 3a. Any physical items will be returned if requested by the company. Vendors are requested to provide brochures, literature and/or information on their supply/service. Vendors are further required to provide the following information: a.) Company name, address, phone number, primary contact(s), email address, ALL applicable NAICS code(s), business size (i.e., small/large), company's socioeconomics (i.e., woman-owned, Service Disabled Veteran Owned, HUBZone, 8(a), etc.) and DUNS Number. Questions may be submitted to: William T. Dudley william.t.dudley@navy.mil DISCLAIMER: this RFI is for informational/planning purposes only. This is not a request for quote/proposal. It does not constitute any form of 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 make any form of award 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 RFI is strictly voluntary. All information received in response to this RFI marked "proprietary" will be safegarded and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information that is contained in their response.