Lakehurst Calibration Laboratory Test Benches
ID: N68335-25-Q-0132Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

Institutional Furniture Manufacturing (337127)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

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

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking proposals from qualified small businesses for the procurement and installation of laboratory furniture at the Lakehurst Depot Calibration Lab in New Jersey. The project involves removing existing test benches and installing new furniture, including work surfaces, tables, cabinets, and carts, all designed to meet specific operational and safety standards as outlined in the attached Statement of Work. This procurement is crucial for enhancing the lab's functionality and compliance with military standards, ensuring efficient calibration operations. Interested vendors must submit their proposals by June 27, 2025, at 4:00 PM, to Mr. Juan Carlos Belmonte and Mr. Terrence Shearer via the provided email addresses.

    Files
    Title
    Posted
    The Naval Air Systems Command (NAVAIR) requires new laboratory furniture for the Lakehurst Depot Calibration Lab, following the construction of a new building. The procurement will replace outdated furniture and enhance storage for calibration standards. Key items to be acquired include work surfaces, tables, cabinets, carts, and shelves, with specific dimensions outlined in the document. The contractor will also manage the removal and disposal of existing furniture while ensuring all new items meet commercial warranty standards. Delivery is expected within 180 days from contract award, with inspection and acceptance taking place at the Lakehurst site. The document outlines essential details such as the statement of work, project specifications, and contact information for coordination. This procurement is crucial to maintain the lab's operational efficiency and compliance within the military standards.
    The Statement of Work (SOW) outlines the requirements of the Naval Air Systems Command (NAVAIR) Metrology and Calibration Program for procuring various laboratory furniture and equipment to support the Lakehurst Depot Calibration Lab. The key items to be supplied include test benches, repair benches, storage cabinets, tube rack shelving, and mobile carts, aimed at replacing aging infrastructure and enhancing storage for calibration standards. Contractors must provide these items, remove the existing furniture, and ensure proper disposal. A minimum one-year warranty is required for the new installations. The contract performance period is set for 180 calendar days from the award date, with deliverables to be directed to the Lakehurst Calibration Laboratory in New Jersey. Additional specifications related to inspection, acceptance, and contact details for technical points of contact are also included, ensuring a clear framework for the procurement process aimed at improving lab functionality and efficiency.
    The document outlines the specific furniture and equipment requirements for the LAL Cal Lab across various rooms, including the Production Control Room, File Room, ECAL Room, and additional specialized labs. Essential items include work surface carts, tables, cabinets (both enclosed and with glass doors), solid rack shelves, and mobile cabinets with wheels, all specified with exact dimensions and configurations. The North, East, South, and West Walls in each location feature a detailed list of items that necessitate a mixture of modular and custom-built solutions to accommodate lab functions. For instance, the workstations are arranged for optimal space utilization, with privacy panels and specific shelf spacing indicated. The purpose of this documentation is to facilitate the procurement process via government RFPs, ensuring that the lab meets operational standards and lab practices necessary for effective functioning. It emphasizes a structured approach to lab furnishings that adhere to safety and accessibility protocols while aligning with the goals of federal grants and compliance guidelines in scientific settings.
    The document outlines the specifications and requirements for test benches and related furniture for the LAL Calibration Laboratory. It includes detailed descriptions of various components needed across different rooms, such as workstations, carts, cabinets, and tables. The requirements specify dimensions, materials (such as white phenolic tops and stone grey powder coating), and configurations for a range of items, ensuring they are suitable for laboratory use. Key areas mentioned include the Production Control Room, File Room, ECAL Room, Temperature Room, and others, indicating a structured layout with precise measurements. Notably, several items are designed for mobility (carts and tables with wheels) while others emphasize space arrangement (like the specified distances between shelves in storage units). The purpose of this document could be part of a government RFP to procure necessary laboratory furnishings, ensuring compliance with operational standards and facilitating effective workflow in the laboratory environment. Overall, this detailed list serves to guide the procurement process, indicating the need for specific functionalities and organization within the laboratory spaces.
    The document outlines the specifications for furniture and equipment involved in a lab facilities upgrade. The project encompasses various labs, including Electronics, Vibration and Force, Temperature, Pressure, Dimensional, and Mass labs, each requiring specific workspaces, shelving, and storage solutions. Notably, the removal and installation phase includes disposing of existing test benches and setting up new furniture across designated rooms. Key items specified include workbenches, cabinets, and heavy-duty rolling carts, with one unit required for each category. The initiative appears to focus on enhancing laboratory functionality and organization, reflecting essential upgrades to support ongoing research and production activities in a structured manner. Overall, this setup showcases an approach to improving operational efficiency within the scientific environment as part of federal RFP processes.
    The document addresses a vendor's inquiry regarding the specifications for phenolic tops in a federal procurement context. It confirms that the required thickness is 1 inch, though a close standard thickness is also acceptable. Furthermore, it specifies that the Standard White color is permitted, while offering options for other shades, namely Glacier White and Designer White. The purpose of this communication is to clarify product specifications to ensure compliance with the procurement requirements, enhancing vendor understanding and connection to project standards. This illustrates the emphasis on precise material specifications within government RFP processes to maintain quality and uniformity in procurement.
    The government document addresses vendor inquiries regarding a specific project related to equipment and furniture procurement for the Lakehurst Calibration Laboratory. Key points include responsibility for disposal and relocation of existing furnishings, acceptance of alternative colors and dimensions for shelving, specifications for workstation tops, and confirmation of quantities for listed items. Notably, the use of ESD tops is specified for main workstations, while other surfaces must be made of Phenolic Resin. Additionally, the document allows acrylic materials as substitutes for glass in cabinets. Clarifications aim to ensure compliance with specifications and facilitate the bidding process for interested vendors. The purpose is to provide detailed guidance to prospective contractors, ensuring all requirements are understood and met as per the RFP's scope of work.
    The document serves as a response to vendor inquiries regarding a lab furniture procurement project. It clarifies that no walkthrough video or specific removal drawings for existing equipment are available; however, the existing furniture types, such as workbenches and shelves, are similar to what is being requested. The document indicates that none of the furniture will be retained, and while there is no standard loading dock, a flat parking area is accessible near the bay door, which has specific dimensions (8’ wide, 7’ high). The lab is located on the ground level and does not have a freight elevator available. The minimum size requirements for the doorway through which the new furniture must pass are noted as 66” wide and 82” high. This information is vital to ensure the new equipment can be adequately transported and installed, reflecting due diligence in planning logistics for the project.
    The document outlines specifications and inquiries regarding the procurement of various carts and file cabinets for specific rooms in a facility. It requests examples, model numbers, or design illustrations for three types of work surface carts—two each for Production Control Room 101 and four for ECAL Room 108, alongside a heavy-duty rolling cart for Mass Room 116C. Additionally, the document addresses concerns about the file cabinets intended for room 107A, specifically their depth—whether to use side filler panels for increasing depth to 30” or to stick with the standard 24” deep—and the number of drawers (three or four). The response indicates a preference to avoid adding filler panels, opting for phenolic countertops. The tone reflects an inquiry-based approach typical in government RFPs, emphasizing clarity in specifications and collaboration in meeting design requirements. The details suggest a focus on functionality while allowing for commercial alternatives that fulfill operational needs.
    The document addresses two specific inquiries regarding a government solicitation. Firstly, it clarifies that the solicitation is open and not restricted to the General Services Administration (GSA). Secondly, it confirms that all cabinetry involved in the project is constructed from metal. This information is significant for potential applicants, as it specifies eligibility and material requirements for proposals related to the solicitation. The clarity on these two points helps streamline responses and ensures compliance with project standards and expectations.
    The document outlines logistical requirements for a vendor in a federal government contract. It specifies that the vendor must provide an on-site dumpster for disposal of similar products at a laboratory facility. Access details are highlighted, including a large front door for tractor-trailer delivery, indicating that items will need to be lowered to ground level for entry. The dumpster should be positioned within 20 feet of the lab's entrance. Furthermore, standard operational hours for the site are described as Monday to Thursday from 6 AM to 4 PM and every other Friday from 6 AM to 3 PM, adhering to Eastern Standard Time. This information emphasizes the importance of proper waste management and accessibility in the contractual obligations of the vendor.
    The document addresses key specifications and requirements for various furniture installations in federal spaces, particularly emphasizing cabinet designs and materials. Firstly, it confirms that the L-shaped table can be constructed using base cabinets rather than requiring traditional legs. For File Room 107A, a combination of ultraframe components and a freestanding piece is proposed, with the need for approval on filling a gap between upper and lower storage. In 108-B, the use of alternative metal modesty panels is deemed acceptable, while in 108-G, a desire for grey casework and white phenolic tops is expressed; however, cost implications of matching existing colors are noted, and standard black phenolic is suggested as an alternative. The document concludes by clarifying that the project does not fall under GSA guidelines, highlighting the openness to the market for special items. This file is significant in guiding the procurement process related to government RFPs, ensuring compliance with design standards and budget considerations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Naval Weapons Station Earle Environmental Laboratory Services
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking proposals from qualified small businesses for Environmental Laboratory Services at the Naval Weapons Station Earle in Colts Neck and Leonardo, New Jersey. The contractor will be responsible for providing all labor, equipment, supplies, and supervision necessary for sampling, certified laboratory analysis, and documentation services related to wastewater and potable water testing. This procurement is critical for ensuring compliance with environmental regulations and maintaining water quality standards, with the contract structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) agreement, featuring a 12-month base period starting March 1, 2026, and four optional 12-month periods. Interested parties must submit their proposals by January 14, 2026, and can direct inquiries to James Martin at james.j.martin3.civ@us.navy.mil or Shelley Toribio at shelley.toribio@navy.mil.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    Large Hydrostatic Test Chamber Design and Fabrication
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking sources for the design and fabrication of a Large Hydrostatic Test Chamber. This procurement aims to secure services related to the design, fabrication, and installation of large-diameter pressure vessels, which are critical for testing and evaluation purposes within naval operations. Interested organizations are invited to submit tailored capability statements that detail their qualifications and experience, along with organizational information, by 9:00 a.m. Eastern on December 17, 2025. For further inquiries, potential respondents can contact Kylie Cox at kylie.cox3.civ@us.navy.mil, and a Performance Work Statement (PWS) is available upon request.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    Testing and Inspection Physical Ppty
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for testing and inspection of physical properties. This procurement aims to establish BPAs for commercial items related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, facilitating streamlined acquisition processes to support naval operations. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM), with the opportunity to submit responses open until March 11, 2026. Interested parties should direct inquiries and submissions to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including the solicitation number N6833525Q0321 in the subject line.
    61--MISSION CREW WORKST, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of mission crew workstations, identified by NSN 7R-6130-015855292-P8, with a quantity of 89 units required. This procurement necessitates engineering source approval due to the flight-critical nature of the item, meaning that only approved sources with the requisite design capability and manufacturing knowledge will be considered for the contract. Interested parties must submit detailed information regarding their qualifications and experience, as well as comply with the Source Approval Information Brochures provided by NAVSUP WSS, to be eligible for consideration. Proposals must be submitted within 45 days of this notice, and any inquiries can be directed to Natalie Toroni at (215) 697-2782 or via email at NATALIE.TORONI.CIV@US.NAVY.MIL.
    Calibration and Repair Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), is seeking qualified contractors to provide calibration and repair support services for various Department of Defense locations, including the Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD). This procurement is part of a Seaport-NXG requirement, and only contractors with a Seaport-NXG multiple award contract are eligible to bid. The services are critical for ensuring the operational readiness and reliability of defense systems through precise calibration and maintenance. Interested contractors should contact Daniel Belcher at daniel.c.belcher3.civ@us.navy.mil or Alana Garrett at alana.n.garrett2.civ@us.navy.mil for further details.
    Maintenance and Repair
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for maintenance and repair services related to electronic and precision equipment. This procurement aims to streamline the acquisition of supplies and services necessary for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements and relevant documentation by March 11, 2026, to be considered for inclusion in the BPA program, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    RDT&E Tech Refresh
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.
    NAVAIR Mobile Facilities Procurement
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division at Joint Base MDL, NJ, is seeking proposals for the procurement of Mobile Facilities (MF) under presolicitation notice N68335-26-R-0354. The contract will involve the production and delivery of mobile habitable shelters, specifically designed to support Marine Corps avionics testing in austere environments, with dimensions of eight feet wide by 20 feet long by eight feet high. The government plans to acquire six types of MFs and conduct First Article Testing based on government drawing 1339AS, utilizing a best value approach for evaluation based on technical capabilities, past performance, and pricing. Interested vendors must submit proposals electronically via the Procurement Integrated Enterprise Environment and ensure registration in the System for Award Management (SAM) database prior to award consideration. For further inquiries, contact Daniel Webster at Daniel.g.webster2.civ@us.navy.mil or Kieran Connolly at kieran.m.connolly2.civ@us.navy.mil.