ContractCombined Synopsis/Solicitation

Hygrometer Calibration

DEPT OF DEFENSE N3904026Q4761
Response Deadline
Dec 10, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

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.

Classification Codes

NAICS Code
541380
Testing Laboratories and Services
PSC Code
J066
MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT

Solicitation Documents

8 Files
N3904026Q4761 Combined Synopsis Solicitation Rev 2.pdf
PDF286 KBDec 1, 2025
AI Summary
The Portsmouth Naval Shipyard is soliciting quotes for the calibration of Panametrics OptiSonde chilled mirror hygrometers and associated sensors. This Request For Quotation (RFQ) is a combined synopsis/solicitation issued for full and open competition under NAICS code 541380, with a size standard of $19 million. The contract includes a base period from January to May 2026 and four one-year option periods, extending services through May 2030. Performance will occur at the contractor's facility, with equipment shipped to the Portsmouth Naval Shipyard. Quotes are due by December 10, 2025, at 8:00 AM ET, and must be submitted via email. Vendors must be registered in SAM.gov and provide evidence of Commercial Calibration Activity (CCA) or Original Equipment Manufacturer (OEM) certification/accreditation (e.g., ANSI/NCSL Z540.1, ISO 17025). The award will be based on the Lowest Price Technically Acceptable, considering technical compliance, price, and adherence to schedule. Offerors must also submit a Government Property Management System Plan.
N3904026Q4761 Combined Synopsis Solicitation.pdf
PDF283 KBOct 21, 2025
AI Summary
The Portsmouth Naval Shipyard has issued a combined synopsis/solicitation (N3904026Q4761) for Hygrometer Calibration services. This Request For Quotation (RFQ) seeks full and open competition from vendors capable of calibrating Panametrics OptiSonde chilled mirror hygrometers and associated sensors. The base period runs from January 15, 2026, to May 15, 2026, with four one-year option periods extending through May 15, 2030. Performance will occur at the contractor's facility, with equipment shipped to the Portsmouth Naval Shipyard. Quotes are due by October 21, 2025, at 12:00 pm ET and must be emailed. Contractors must be registered in SAM.gov and provide evidence of Commercial Calibration Activity (CCA) or Original Equipment Manufacturer (OEM) certification/accreditation (e.g., ISO 17025) and a Government Property Management System Plan. Awards will be based on the Lowest Price Technically Acceptable, considering technical acceptability, price, and adherence to schedule.
Attachment 1 Statement of Work.pdf
PDF168 KBDec 1, 2025
AI Summary
This Statement of Work outlines the requirements for calibrating Panametrics OptiSonde chilled mirror hygrometers and their associated sensors for Portsmouth Naval Shipyard. The vendor must provide NIST calibration for four serialized sets of benchtop units, D-2 sensors, and functional verification for temperature sensors. The vendor must be certified/accredited to ANSI/NCSL Z540.1, ANSI/NCSL Z540.3, ISO 17025, or NAVSEA 04-4734B by A2LA, ANAB, IAS, NVLAP, PJLA, or JNAC, with a current and relevant scope of accreditation. Calibration must be performed at the accredited laboratory, maintaining a minimum Test Accuracy Ratio (TAR) of 4:1, Test Uncertainty Ratio (TUR) equal to or greater than 4:1, or a Probability of False Accept (PFA) not exceeding 2%. A detailed report/certificate of calibration, including before and after measurement data, uncertainties, contact information, date, certificate number, and any out-of-tolerance values, is required. Calibration must use at least six test points from -35.00°C to 25.00°C, adhering to OEM standards. The vendor is responsible for providing a record of calibration, written certification of NIST compliance, and calibration stickers on each unit. The Government will ship equipment to the vendor and review documentation for compliance upon return, with any unauthorized deviations rendering the service non-compliant.
N3904026Q4761 Questions and Answers.pdf
PDF63 KBDec 1, 2025
AI Summary
The document addresses calibration service requirements for government procurement, specifically for RFP N3904026Q4761. It outlines three levels of calibration: Traceable Calibration (Level 1), Traceable Calibration with Data (Level 2), and Accredited Calibration (Level 3). Only Level 3, "Accredited Calibration (ISO 17025 with uncertainties)," which includes full data reporting, uncertainty calculation, and an Accredited Logo, is deemed acceptable. This ensures that all calibration services meet stringent ISO/IEC 17025:2017 standards and fall within the scope of accreditation, emphasizing precision and compliance for government contracts.
Attachment 2 DD1423 Contract Data Requirements List.pdf
PDF98 KBDec 1, 2025
AI Summary
The document acts as a placeholder, indicating that the intended content—likely a government file related to RFPs, grants, or similar solicitations—could not be displayed. It suggests that the user's PDF viewer may be outdated or incompatible, recommending an upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux. The file provides links for downloading the updated software and for seeking further assistance with Adobe Reader. It also includes trademark information for Windows, Mac, and Linux. The primary purpose of this document is to guide users in resolving technical issues preventing them from viewing the actual government document.
Attachment 3 GFPN3904026Q4761_1.pdf
PDF5 KBDec 1, 2025
AI Summary
This government attachment, identified as GFP Attachment, details the provision of four Optisonde Set hygrometers (A, B, C, D) for a program titled "Hygrometer Calibration," under Solicitation Number N3904026Q4761, dated 2025-09-15. Each set, with a unit acquisition cost of $11,500, includes an OptiSonde Bench Top Unit, D-2 Sensors with platinum-chill mirrors (each with a unique serial number), and 4-wire platinum resistance temperature detectors. These items are classified as serially managed equipment, designated for return property usage, and tracked within the ELMS property system. The attachment specifies that the items are to be used "as-is" and are not upgradable.
Attachment 4 PNS Operations Security Contract Requirements.pdf
PDF708 KBDec 1, 2025
AI Summary
This document outlines Operations Security (OPSEC) contract requirements for the Portsmouth Naval Shipyard (PNSY), emphasizing the protection of sensitive and critical information (CII). OPSEC is a process to prevent adversary exploitation of sensitive data, whether classified or unclassified. Contractors must sign an OPSEC Plan, which records and monitors OPSEC activities, before the contract's start date. Key contractor responsibilities include safeguarding U.S. Government CII from unauthorized disclosure, prohibiting its distribution to foreign entities, and preventing public dissemination via corporate newsletters, social media, or personal email accounts. The document strictly controls Portable Electronic Devices (PEDs) within the shipyard, requiring sponsor coordination for their use. It also lists Critical Information and Indicators (CII) such as Personally Identifiable Information (PII), operational schedules, equipment capabilities, and critical infrastructure details. Countermeasures include restricting verbal discussions, prohibiting unauthorized photography, shredding sensitive documents, not posting shipyard information on social media, and immediately reporting any compromises of critical information.
N3904026Q4761 Combined Synopsis Solicitation Rev 1.pdf
PDF370 KBDec 1, 2025
AI Summary
The Portsmouth Naval Shipyard is soliciting quotes for the calibration of Panametrics OptiSonde chilled mirror hygrometers and associated sensors. This Request For Quotation (RFQ) is a combined synopsis/solicitation under full and open competition, with a NAICS code of 541380 and a size standard of $19 million. The period of performance includes a base period from January 15, 2026, to May 15, 2026, and four option periods extending through May 15, 2030. Work will be performed at the contractor's facility. Proposals must be emailed by October 28, 2025, at 12:00 pm ET, and vendors must be registered in SAM.gov. Technical submissions require evidence of Commercial Calibration Activity (CCA) or Original Equipment Manufacturer (OEM) certification/accreditation to standards like ANSI/NCSL Z540.1, ISO 17025, or NAVSEA 04-4734B by an approved accreditation body. The award will be based on the Lowest Price Technically Acceptable offer, with evaluation criteria including technical acceptability, price, and adherence to schedule. Offerors must also submit a Government Property Management System Plan or a confirmation letter of an approved system.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedOct 6, 2025
amendedAmendment #1Oct 7, 2025
amendedAmendment #2Oct 21, 2025
amendedLatest AmendmentDec 1, 2025
deadlineResponse DeadlineDec 10, 2025
expiryArchive DateDec 25, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
PORTSMOUTH NAVAL SHIPYARD GF

Point of Contact

Name
Madalyn Lavoie

Place of Performance

Kittery, Maine, UNITED STATES

Official Sources