Hygrometer Calibration
ID: N3904026Q4761Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, USA

NAICS

Testing Laboratories and Services (541380)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Hygrometer Calibration
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    ALTIMETER,PRESSURIZ
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the procurement of pressurized altimeters. This contract involves the manufacture and quality assurance of these instruments, which are critical for measuring and controlling industrial process variables in defense applications. The procurement is part of an emergency acquisition initiative, with a closing date for quotes extended to January 12, 2026. Interested vendors should direct inquiries to Seana M. Steiner at 717-605-6561 or via email at SEANA.M.STEINER.CIV@US.NAVY.MIL, and must comply with specific quality and packaging standards outlined in the solicitation.
    RODMETER,UNDERWATER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of underwater rodmeters. This contract requires the manufacture and supply of rodmeters that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These navigational instruments are critical for various defense applications, ensuring operational readiness and effectiveness in underwater environments. Interested vendors must submit their quotes electronically to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, including detailed pricing, delivery timelines, and proof of authorization as a distributor. The solicitation emphasizes a firm-fixed price structure and requires responses within a specified timeframe.
    Electronic Cooling Water System
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is conducting a Sources Sought Notice to identify small businesses capable of providing an Electronic Cooling Water System and related commercial items. The procurement includes specific requirements for brand-name items such as storage bottles, buffer solution kits, conductivity standard solutions, portable multi-meters, and disposable wipes, all falling under NAICS code 334516. This initiative is crucial for ensuring the availability of essential analytical laboratory instruments, which play a significant role in supporting naval operations. Interested parties are encouraged to submit their company information, capabilities, and cost estimates by December 9, 2025, to the primary contact, Samantha Mangum, at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or by phone at 805-625-4875.
    66--REFRACTOMETER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 38 refractometers under solicitation number NSN 6650014543678. This procurement aims to establish an Indefinite Delivery Contract (IDC) for a term of one year or until the total orders reach $350,000, with an estimated 11 orders per year and a guaranteed minimum quantity of 5 units. Refractometers are critical instruments used in various laboratory and industrial applications to measure the refractive index of liquids, thereby aiding in quality control and material analysis. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The deadline for quote submissions is not specified in the overview, but timely responses are encouraged.
    Total Assurance Plan
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking to procure maintenance and service for Waters Technology Corporation instrumentation at the Naval Fuels & Lubricants Chemistry Laboratory located in Patuxent River, Maryland. This procurement, identified as solicitation N0042126Q1028, is valued at approximately $94,758.08 and is intended to be awarded on a sole source basis to Waters Corporation, emphasizing the importance of their specialized equipment in supporting the laboratory's operations. Interested vendors must submit their capabilities and quotes by December 10, 2025, at 12:00 PM EST, with all submissions directed to JaNae Lester at janae.a.lester.civ@us.navy.mil.
    TRANSDUCER ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the manufacture of a Transducer Assembly, which is critical for measuring and controlling industrial process variables. This procurement requires compliance with specific quality assurance standards and includes detailed requirements for inspection, packaging, and marking, particularly emphasizing the prohibition of mercury contamination due to the assembly's intended use on submarines and surface ships. Interested vendors must submit their proposals by December 19, 2025, and are encouraged to contact Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL for further information regarding the solicitation.
    SYNCHRONIZER,ELECTR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the procurement of a SYNCHRONIZER, ELECTR. This contract requires compliance with various quality assurance standards, including ISO 9001, and mandates that all items be free from mercury contamination, as they will be used on submarines and surface ships. The procurement is critical for maintaining operational readiness and safety in naval operations. Interested vendors must submit their quotes electronically to Darian M. Holley at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL by the extended deadline of December 9, 2025, and must provide proof of being an authorized distributor of the original manufacturer's items.
    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.
    Medical Equipment Calibration
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide medical equipment calibration services for the Maine Army National Guard Aviation Support Facility located in Bangor, Maine. The contract will involve the inspection, calibration, and repair of 75 pieces of medical equipment from manufacturers such as Zoll, Welch Allyn, Carefusion, Impact, and Hamilton, under a non-personal service agreement. This procurement is critical for maintaining operational readiness and ensuring the reliability of medical equipment used by the military. Interested vendors must have an active registration in SAM.gov and should prepare for a Request for Quote (RFQ) that is expected to be issued around December 9, 2025, with the performance period set from February 2, 2026, to February 27, 2026. For further inquiries, vendors can contact Thomas Ryan at thomas.j.ryan36.civ@army.mil or Darlene Howes at darlene.r.howes.civ@army.mil.
    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.