Magnification Check Kits
ID: N6426726Q4226Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERNORCO, CA, 92860, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES (6650)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for Magnification Check Kits (MCK) under a total small business set-aside contract. The procurement includes a base quantity of one MCK with options for five additional units, all of which must comply with Calibration Standards Specification JAX-0007, and also includes onsite training for maintenance and repair for up to ten personnel. These kits are crucial for calibrating optical comparators used by Navy personnel in both shore-based laboratories and on-site applications, ensuring precision in measurement and compliance with military standards. Interested vendors must submit their quotations electronically by December 19, 2025, and can direct inquiries to Julia Hunt at julia.m.hunt3.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, Amendment/Modification Number N6426726Q42260001, is an amendment to a solicitation issued by the Naval Surface Warfare Center, Corona Division. Its primary purpose is to extend the solicitation timeline for offers. Specifically, the Response Due Time has been changed from 05:00 AM to 05:00 PM, and the Response Due Date has been extended from October 28, 2025, to December 19, 2025. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment through specified methods to ensure their offer is considered.
    The DD Form 1423-1, "Contract Data Requirements List (CDRL)," is a standardized form used in federal government contracts, particularly for RFPs and grants, to specify data deliverables from contractors. This document details the requirements for a "CALIBRATION CERTIFICATION" for a "QCIC Magnification Check Kit," referencing DI-QCIC-80798C and SOW paragraph 5.1.2 for guidance. It outlines submission in contractor format, preferably electronic (MS-Excel, MS Word, or CD-ROM), with four copies. Key instructions include adding Distribution Statement "C" in accordance with DoD Directive 5230.24, restricting distribution to U.S. Government agencies and their contractors. The form also provides detailed instructions for both government personnel and contractors on completing various items, including data item numbering, titles, authority, contract references, requiring offices, submission frequencies, and distribution. It further defines four price groups (Group I, II, III, and IV) to estimate the cost attributable to data production, emphasizing that these costs should only reflect direct expenses over and above those incurred if no data were required, excluding any amounts for data rights.
    DD Form 1423-1,
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for federal government RFPs, grants, and state/local RFPs. It details data item requirements, including titles, subtitles, authority, contract references, requiring offices, and submission specifics. The form also outlines approval processes, distribution statements (e.g., "C" for U.S. Government Agencies and their contractors), and submission formats (electronic preferred). The document includes instructions for both government personnel in preparing the form and contractors in understanding pricing groups (Group I-IV) for data item development. Key sections cover aspects like approval for repairable parts lists, distribution restrictions, and delivery timelines, ensuring clarity and compliance in data submissions for government contracts.
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense for acquiring data items like the "Training Syllabus" for the "Magnification Check Kit." This form outlines the requirements for data submission, including format, frequency, and distribution. Key details include the need for government approval of the Training Syllabus draft 60 days prior to Initial Operating Capability (IOC), with a final approved version due 30 days before IOC. Distribution Statement "C" applies, restricting access to U.S. Government Agencies and their contractors. Submissions can be electronic (MS-Excel, MS Word, or CD-ROM). The document also provides instructions for government personnel and contractors on completing the form, including guidance on pricing data items based on the effort required for their development and submission (Group I to IV pricing).
    The DD FORM 1423-1, FEB 2001, serves as a Contract Data Requirements List (CDRL) for federal government RFPs, grants, and state/local RFPs. This document outlines the requirements for data item submissions from contractors to the government, specifically detailing the "Commercial Off-The-Shelf (COTS) Manuals and Associated Supplemental Data" for a "Magnification Check Kit" under contract N64267-25-P-XXXX. Key requirements include government approval for the COTS manuals, a preliminary draft of the Analysis of Measurement Uncertainty for review 60 days prior to initial operating capability (IOC), and a final approved version 30 days prior to IOC. Distribution Statement "C" will be applied, restricting access to U.S. Government Agencies and their contractors. The contractor must provide commercially available Operator/Service Manuals with each system delivered, with subsequent submissions for new systems. Electronic submission in MS-Excel or MS Word format on CD-ROM/DVD is desired. The form also provides detailed instructions for both government personnel and contractors on completing each item, including definitions for pricing groups (Group I to IV) to estimate the cost attributable to data production.
    The Department of the Navy's Metrology and Calibration Program has issued a Calibration Standards Specification Procurement Package (CSS FY21-JAX-0007) for a Magnification Check Kit (MCK). This document outlines the minimum requirements for a commercial-design MCK to be used by Navy personnel for calibrating optical comparators in shore-based laboratories and on-site. The MCK must include a reticle and scale with specific length and graduation requirements, ensuring a combined uncertainty not exceeding ±100 inches and supporting 5X to 250X magnification. The specification details stringent requirements for workmanship, restricted materials (e.g., no mercury or radioactive materials), enclosure design for protection and stacking, environmental resilience (temperature, humidity, vibration, transit drop), and comprehensive marking and identification, including Item Unique Identification (IUID). Maintainability provisions emphasize fault isolation, easy component replacement, and minimal preventive maintenance. The overall goal is to procure a reliable, maintainable, and safe MCK that meets the Navy's calibration needs while maximizing the use of commercial-off-the-shelf items.
    DI-QCIC-80798B, approved in 2005, outlines the mandatory format and content requirements for calibration certificates or reports for Department of Defense (DoD) test, measurement, and diagnostic equipment. This Data Item Description (DID) applies to contracts requiring equipment calibration before delivery and aligns with ISO 17025 standards for calibration reports. It supersedes DI-QCIC-80798A. Key content requirements include the title, laboratory and client details, unique identification, method used, equipment description, calibration dates, reference to sampling plans, measurement results, authorizing signatures, a statement of results' applicability, environmental conditions, measurement uncertainty, and traceability evidence. While the contractor's format is acceptable, all specified content must be included to ensure comprehensive and compliant documentation for DoD equipment calibration.
    The provided file, likely part of federal government RFPs, federal grants, or state and local RFPs, contains only source and download information. It indicates that the document was downloaded from http://assist.dla.mil on 2019-06-10T17:16Z. The file explicitly advises users to check the source to verify that it is the current version before use. This suggests the document's content is subject to updates and emphasizes the importance of using the most current iteration for accuracy and compliance. Without further content, the main purpose of this file is to provide a disclaimer regarding its currency and source.
    DI-TMSS-80527D outlines requirements for acquiring Commercial Off-the-Shelf (COTS) manuals and supplemental data for Department of Defense (DOD) equipment. This document, superseding DI-TMSS-80527C, details the content, evaluation, supplementation, and format for these manuals. Its purpose is to facilitate the acquisition of COTS manuals for evaluation and use, ensuring they provide comprehensive technical information on assembly, installation, operation, parts, and maintenance. Manuals must be evaluated against MIL-PRF-32216 criteria, with supplemental data also adhering to this standard. Digital files, such as searchable PDFs with embedded fonts and IETMs meeting specific MIL-STD requirements, are preferred. If paper manuals are provided, they must be legible and durable. Quick Reference Guides (QRGs) must comply with MIL-PRF-32614. This DID is crucial for standardizing technical documentation within DOD contracts involving COTS equipment.
    DI-MISC-81459B outlines the standardized content and format for a Syllabus, a critical document for training course development within government contracts. This Data Item Description (DID) supersedes DI-MISC-81459A and applies to all contracts requiring the creation of training courses. The Syllabus serves as a course configuration baseline and control document, ensuring consistency and quality in instruction. Key sections mandated include Course Accounting (title, purpose, prerequisites, grading, strategy), Course Training Standards (elements, accomplishment standards, course map, schedule), Academic Media (lectures, workbooks, slides, interactive courseware), Training Devices (requirements, mission, objectives), Criterion-Referenced Objectives, Course Data (length, hours, class size, instructor contact), Facilities and Resources (location, staffing, layout), Explanation of Terms, and a detailed Curriculum Outline of Instruction. This DID ensures comprehensive documentation for training programs, supporting federal, state, and local RFP requirements for structured and effective training.
    This government Request for Quote (RFQ) from the Naval Air Systems Command (NAVAIR) Metrology and Calibration (METCAL) Program seeks commercially available Magnification Check Kits (MCK). The procurement includes a base quantity of one MCK and options for five additional units, all requiring compliance with Calibration Standards Specification JAX-0007. The base year also includes onsite training for up to ten persons covering maintenance and repair. Deliverables include technical manuals, calibration certificates, instrument calibration procedures, repairable parts lists, and a training course syllabus. The document outlines packaging, marking, inspection, acceptance, and delivery schedules, with a 45-day delivery for initial items and a September 30, 2027, deadline for option items. Inspection and acceptance will occur at MCAS Beaufort, SC, and Joint Base MDL, NJ, respectively. Payment instructions emphasize using the Wide Area WorkFlow (WAWF) system for electronic submissions. Various FAR and DFARS clauses are incorporated, covering areas like contract terms, safeguarding information, and small business programs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Magnification Check Kits
    Currently viewing
    Solicitation
    Similar Opportunities
    12--PERISCOPE SUBASSY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a Periscope Subassembly. This contract involves the supply of specialized optical sighting and ranging equipment, which is critical for shipboard systems, ensuring personnel safety and operational integrity. The materials required are designated as Special Emphasis material, necessitating strict quality control and certification processes to prevent failures that could lead to serious consequences. Interested vendors must submit their quotations by November 8, 2024, and can direct inquiries to Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL.
    1 NSN 1G MAINTENANCE KIT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for a maintenance kit identified by National Stock Number (NSN) 5935-01-344-1073, aimed at providing stock replenishment coverage for military depots. This procurement involves a firm-fixed price, Indefinite Delivery Contract (IDC) with a five-year base period, and is set aside exclusively for small businesses under the SBA guidelines. The maintenance kit is critical for ensuring the operational readiness of military equipment, with an annual demand quantity of 39 units. Interested vendors can expect the solicitation to be available around November 20, 2025, and should direct inquiries to Taura Mitchell at taura.mitchell@dla.mil or by phone at 614-692-9361.
    Vision Measurement System
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from potential sources capable of providing Vision Measurement Systems (VMS) as part of a Sources Sought notice. The procurement aims to acquire a minimum of one and a maximum of four VMS units, which are critical for calibration standards of various gauges and micrometers, adhering to specific military standards and requirements outlined in the Statement of Work (SOW). These systems will be utilized in shore-based laboratories to calibrate test instruments, ensuring high accuracy and performance in dimensional and angular measurements. Interested parties must submit a Capability Statement by December 17, 2025, to Andrew Davis at andrew.m.davis106.civ@us.navy.mil, referencing Sources Sought Notice N6426726R1004, as this notice is for market research purposes and does not constitute a solicitation for proposals.
    10--KIT,M240 EGRESS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of the M240 Egress Kit, identified by NSN 1005016460342. The solicitation includes a requirement for three units to be delivered within 270 days after order, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000. This procurement is crucial for maintaining the operational readiness of military units, as the M240 Egress Kit is essential for weapon systems. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    58--COMPARATOR MODULE,S, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of Comparator Modules. This procurement aims to restore these critical components to a Ready for Issue (RFI) condition, ensuring they meet industry standards and operational requirements. The successful contractor will be responsible for all aspects of repair, including quality control, inspection, and compliance with specified military standards. Interested parties must submit their quotes, including pricing estimates, to Michael J. Keith at the provided email address by the closing date indicated in the solicitation. For further inquiries, he can be reached at 215-697-2193.
    COMPARATOR,COLOR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of color comparators. This contract requires the delivery of supplies that meet specific inspection and acceptance criteria, including production lot testing and compliance with various technical documentation standards. The goods are critical for ensuring accurate chemical analysis and electrical signal measurement, which are essential for military operations. Interested vendors should contact Trevor L. Allander at 564-230-2182 or via email at TREVOR.L.ALLANDER.CIV@US.NAVY.MIL for further details, and proposals must adhere to the specified timelines and requirements outlined in the solicitation.
    Hygrometer Calibration
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is soliciting quotes for the calibration of Panametrics OptiSonde chilled mirror hygrometers and associated sensors. This procurement is aimed at ensuring precise calibration services that meet stringent standards, with a focus on maintaining compliance with ISO/IEC 17025:2017 and other relevant accreditation requirements. The contract includes a base period from January to May 2026, followed by four one-year option periods extending through May 2030, with performance occurring at the contractor's facility. Interested vendors must submit their quotes by December 10, 2025, at 8:00 AM ET, and are required to be registered in SAM.gov, providing necessary certifications and a Government Property Management System Plan. For further inquiries, vendors can contact Madalyn Lavoie at madalyn.r.lavoie.civ@us.navy.mil.
    66--TEST KIT, HP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the manufacture of three units of a Test Kit HP, identified by NSN 7H-6685-017081470-X5. The procurement requires delivery of these kits to designated distribution centers in Pennsylvania and California within 140 days after contract award, emphasizing the importance of timely fulfillment for operational readiness. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, and interested parties must contact Michael B. Duffy at 564-230-2254 or via email at MICHAEL.B.DUFFY2@NAVY.MIL to obtain the solicitation number N00104-26-Q-BE38 and further details. Proposals must adhere to the requirements outlined in the solicitation, and government source inspection will be required.
    MK70 Booster Ballast Kits
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking sources for the fabrication, acceptance inspection, and delivery of MK 70 Booster Ballast Hardware Kits. This procurement is part of an ongoing requirement, with the anticipated contract being a Firm Fixed Price (FFP) type, scheduled for a performance period from June 30, 2026, to June 30, 2031. The MK 70 Booster Ballast Kits are critical components used in military applications, and the Government intends to gather market information to inform future solicitation processes. Interested vendors must submit their capabilities and company information to Diane Hicks at diane.d.hicks.civ@us.navy.mil by December 8, 2025, to be considered for this opportunity.
    20--MODIFICATION KIT,SH
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of a Modification Kit (NSN 2010017159072) specifically designed for ship and marine equipment. The requirement includes a quantity of three kits to be delivered to DLA Distribution San Joaquin within 161 days after order placement. This procurement is crucial for maintaining operational readiness and ensuring the functionality of marine equipment used by the military. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.