Calibration/Repair IDIQ Contract for Keysight Equipment
ID: N4215825QN084Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting offers for a Calibration/Repair Indefinite Delivery Indefinite Quantity (IDIQ) contract for Keysight equipment. This contract aims to provide essential calibration, repair, and replacement services for laboratory standards and support equipment utilized by the Navy and its east coast commands, ensuring compliance with NAVSEA-approved standards and maintaining operational efficiency. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, with a performance period of one base year and one option year, and requires submission of offers by 12:00 PM EST on August 15, 2025. Interested vendors should direct inquiries to Audrey Franklin or Jordan Moore via email, and must include a Government Property Management Plan along with their proposals to be considered for the award.

    Point(s) of Contact
    Files
    Title
    Posted
    The Mid-Atlantic Regional Calibration Center (MARCC) seeks a vendor to provide calibration, repair, and replacement services for its Keysight equipment via an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This two-year contract encompasses the calibration and servicing of essential laboratory standards and support equipment utilized by the Navy and its east coast commands. Key service requirements include traceable calibrations, potential repairs, and expedited services, with specific price limits established for various tasks. Shipping procedures for sending equipment to Keysight Technology facilities are outlined, alongside the requirement for all calibration work to adhere to NAVSEA-approved standards. Additionally, the proposal specifies that repairs leading to replacements must be managed separately, maintaining strict operational standards and communication timelines. The successful vendor must meet strict accreditation criteria, ensuring quality management and adherence to measurement uncertainties demanded by regulatory frameworks. This contract plays a critical role in sustaining operational efficiency across multiple naval operations, highlighting the importance of precise calibration services.
    The document outlines the technical capabilities and contractor responsibilities for vendors providing calibration services under NAVSEA regulations. Vendors must certify compliance with specific criteria to be considered for awards, which includes initialing a statement affirming they can meet all obligations. The evaluation process consists of a checklist determining whether the vendor is authorized to calibrate listed model numbers. If not authorized, vendors must demonstrate appropriate accreditation (e.g., A2LA, ANAB) and ensure their calibration services adhere to specified national standards. The document emphasizes essential requirements such as providing accredited calibration reports, traceability to standards, and capability for specific adjustments or repairs. The overall intent is to ensure vendors possess the requisite technical qualifications and responsibilities to meet the Navy's calibration service standards, thereby ensuring quality and compliance with regulations.
    The document outlines the evaluation criteria for a federal request for proposal (RFP) regarding a Firm Fixed Price (FFP) Indefinite Quantity, Indefinite Delivery (IDIQ) contract with a one-year base and one optional year. The solicitation is competitive and unrestricted, following FAR guidelines. Award will be given to the responsible offeror with the lowest evaluated price among technically acceptable bids, reinforcing the emphasis on best value for the Government. Key evaluation factors include price, technical capability, and past performance. Price will be assessed to ensure fairness and reasonableness, with offerors required to submit detailed pricing for both the total work and individual contract line items. Technical capability is evaluated as acceptable or unacceptable based on submissions meeting specified requirements. Past performance is judged based on relevance and recency within a five-year timeframe, which informs the Government's confidence in the offeror's ability to fulfill the contract. All proposals must contain the best initial terms from both price and technical perspectives, as the process does not allow for trade-offs between these factors. Offers exceeding the evaluation criteria will not score higher, and the Government reserves the right to refrain from awarding a contract if not aligned with its interests.
    This government solicitation document, N4215825QN084, seeks offers for commercial products and services, with a deadline of August 15, 2025, at 12:00 PM EST. Questions about the solicitation must be directed to specific government officials by August 8, 2025. Offerors are required to submit their quotes via email as a single PDF attachment, including essential documents such as the signed standard form SF-1449, technical capabilities, past performance information, and a Government Property Management Plan compliant with specific Federal Acquisition Regulation (FAR) guidelines. Failure to submit the required documentation on time may disqualify a bid. The government will evaluate the quotes, awarding the contract to the offeror with the lowest technically acceptable price. Furthermore, the document outlines clarifications regarding submission details, acceptance periods for offers, and guidelines for late submissions and modifications. It emphasizes the need for a Unique Entity Identifier as part of the application and mentions the debriefing process for unsuccessful bidders, ensuring transparency in the evaluation and award process. Overall, the document aims to facilitate a clear and structured bidding process in accordance with federal procurement regulations, thereby maintaining fairness and competition among commercial service providers.
    The Women-Owned Small Business (WOSB) solicitation N4215825QN084 seeks proposals for calibration and repair services related to various equipment for the Norfolk Naval Shipyard. The performance will be carried out under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The offer due date is set for August 15, 2025, with submissions to be made to designated contacts via email. This solicitation emphasizes compliance with multiple federal clauses and policies, particularly those promoting socio-economic participation by small disadvantaged businesses. The requirements include precise calibration of specified electronic equipment with costs outlined per service line item, reflecting a firm's capability to accommodate repairs and unplanned work as needed. The contract involves significant stipulations on governmental payment methods and contractor obligations, necessitating a Government Property Management Plan for any government-provided materials. Overall, this solicitation aims to procure services that align with federal mandates to support women and small businesses, fostering inclusive economic opportunities while ensuring the operational efficiency and readiness of naval facilities through timely equipment maintenance and repairs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    ANNUAL SOFTWARE RENEWAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to renew the N7800A-U1R Test Management Environment (TME) Calibration Software application for the Norfolk Naval Shipyard located in Portsmouth, Virginia. This procurement involves the renewal of a perpetual license for business application software categorized under IT and Telecom, which is crucial for maintaining the operational capabilities of the shipyard's testing environment. Interested vendors can reach out to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-406-5526 for further details regarding this opportunity. The contract is classified as a justification notice, indicating it may not be open to full and open competition.
    Calibration and Repair Support Services
    Buyer not available
    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.
    MERIDIAN IV MAINTENANCE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the maintenance of the Meridian IV Microscope and its associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an issue date of December 1, 2025, and a closing date of December 8, 2025, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can submit capability statements to the primary contact, Cierra Vaughn, at cierra.n.vaughn2.civ@us.navy.mil.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    Calibration Kit Radio Frequency
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to Rohde & Schwarz USA, Inc. for the provision of a Calibration Kit Radio Frequency. This procurement specifically requires a 50 Ohm, 2-port, 1.85mm calibration kit to support high-frequency network analyzers operating up to 67 GHz, which is critical for maintaining the operational capacity of the RF lab following a recent $1.5 million contract aimed at enhancing its capabilities. The selected vendor must deliver the complete calibration kit within 60 days of contract award to the NSWC IHD location in Indian Head, Maryland. Interested parties must respond by July 28, 2025, at 10 AM (EST) and direct their inquiries to Shannon Wooten at shannon.cloud-wooten@navy.mil, ensuring they are registered in the System for Award Management (SAM).
    INERTIAL NAVIGATION
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of inertial navigation systems. The procurement aims to ensure that these critical navigational instruments are restored to a Ready for Issue (RFI) condition, adhering to stringent quality control and inspection standards as outlined in the Statement of Work. These systems play a vital role in military operations, providing essential navigation capabilities for various defense applications. Interested contractors must submit their quotes via email to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by December 29, 2025, with a required repair turnaround time of 25 days after asset receipt.
    KITE TERMINAL CONSO
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair of KITE TERMINAL CONSO units, which are critical components in military operations. The procurement involves the repair and quality assurance of these units, adhering to strict military standards and specifications, including the requirement for mercury-free materials due to their use on submarines and surface ships. Interested contractors must submit their proposals by 4:30 PM EST on November 17, 2025, and should direct inquiries to Jocelyne Dzonang Fouego at 717-605-2982 or via email at jocelyne.dzonangfoueigo.civ@us.navy.mil.
    TERADYNE TESTER SUPPORT AGREEMENT
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for a Teradyne Tester Support Agreement to provide maintenance, calibration, and repair services for government-owned Teradyne Model microFLEX Semiconductor Test Systems. This procurement is critical for ensuring the operational readiness of systems used in testing microelectronic circuits for the MK6LE Guidance system, with Teradyne Inc. being the only qualified provider due to their proprietary rights and specialized technical personnel. Interested contractors must be registered in the System for Award Management (SAM) and submit their offers via email to Cierra Vaughn by December 11, 2025, at 4:00 PM Eastern Time, as the contract period is set from December 4, 2025, to November 30, 2027.
    Maintenance and Repair
    Buyer not available
    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.
    SPE4A726R0218 – 5895- KEYER / WSIC N
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an indefinite quantity contract (IQC) for the procurement of keyers under solicitation SPE4A726R0218. The contract will cover a base period of five years, with an estimated annual quantity of 81,000 units, and a minimum delivery order quantity of 14,000 units, requiring delivery within 142 days after order placement. This procurement is crucial for maintaining communication equipment capabilities, and the solicitation will be issued as an unrestricted procurement, with evaluations based on price, past performance, and delivery. Interested vendors should prepare written quotes and can access the solicitation on the DLA Internet Bid Board System (DIBBS) around December 12, 2025; for inquiries, contact Thuy Ho at Thuy.Ho@dla.mil.