Oscillator Repairs
ID: N0042125Q1061Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

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

    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking proposals for the repair and calibration of five Fluke 9500B600 oscilloscopes. This procurement is critical for supporting the Navy's Aviation Calibration Activities, ensuring that essential calibration standards are maintained for aviation assets. The selected contractor will be required to complete the repairs and deliver the calibrated equipment within four weeks of contract award, with a firm fixed-price structure in place. Interested vendors must submit their quotes by April 4, 2025, at 7:00 am Eastern Standard Time, and are encouraged to contact Michael Coffey or Roberta Nethercutt for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) from the Naval Air Warfare Center Air Division for the repair and calibration of oscilloscopes. It specifies the requirements including the delivery of five Fluke 9500B600 Oscilloscope Calibrators by September 30, 2025, with firm fixed pricing details provided for each item. Contact information for the issuer, Michael Coffey, is included, along with departmental procedures regarding payment and invoicing through the Wide Area Workflow (WAWF) system. Additionally, clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), encompassing compliance, representation, and operational guidelines, are listed throughout the RFQ. The purpose of this document is to solicit quotes from potential vendors for specialized calibration services and ensures adherence to federal acquisition policies, highlighting the importance of stringent regulatory compliance and operational standards in government contracting.
    The document outlines a Statement of Work for procuring Calibration Standards (CALSTDs) and related equipment for the Navy's Aviation Calibration Activities. The aim is to support both organizational and intermediate-level maintenance for aviation assets. Approved CALSTDs must undergo a rigorous review process, including initial submissions from fleets, technical evaluations by the NAVAIR METCAL team, and assessments of overall program objectives and funding strategies. The contractor is tasked with the repair and calibration of five specific oscilloscopes (P/N: 9500B600) from Fluke, following an approval of the repair estimate. Deliveries must be completed within four weeks post-contract award, with early submissions accepted. Invoicing should be submitted via the Wide Area Workflow system following proper receipt of the calibrated equipment. This document serves as a formal request for proposals (RFP), emphasizing compliance with technical standards, timely delivery, and precise invoicing methods, key for effective government contracting in federal and state contexts.
    Lifecycle
    Title
    Type
    Oscillator Repairs
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    FMS, REPAIR, QTY: 1, NIIN: 016441870
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting quotations for the repair of a "DISPLAY UNIT, DUAL" (NSN: 6610016441870, PN: 822-0975-103) as part of a Foreign Military Sales (FMS) requirement. The procurement emphasizes compliance with operational and functional standards, the use of mercury-free materials for items intended for submarines and surface ships, and commercial packaging suitable for overseas shipment. This repair is critical for maintaining the operational readiness of military equipment, with a delivery deadline set for December 31, 2025. Interested contractors should direct inquiries to Caitlin V. Donahue at 215-697-2198 or via email at CAITLIN.V.DONAHUE.CIV@US.NAVY.MIL, noting that submitted quotations do not constitute offers and do not obligate the government to any costs.
    RECEIVER,COUNTERMEA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the Receiver, Countermeasure (NSN: 016772663, Part Number: 2687100B001). The procurement involves the repair, testing, and inspection of four units, which must be conducted in accordance with established repair procedures and quality requirements to ensure they are returned to a Ready for Issue (RFI) condition. This equipment is critical for electronic countermeasures and plays a vital role in national defense operations. Interested contractors must submit their quotes via email to Autumn M. Rau at AUTUMN.M.RAU2.CIV@US.NAVY.MIL by the specified due date, and they must comply with government source approval requirements prior to award.
    RECEIVER,COUNTERMEA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of Receiver, Countermeasure (NSN: 016772663, PN: 2 2687100B001), with a requirement for three units. The contractor will be responsible for ensuring compliance with specified repair procedures, including inspection, testing, and returning the items to a Ready for Issue (RFI) condition, adhering to the latest approved repair methods and publications. This procurement is critical for maintaining operational readiness and support for naval operations. Interested parties must submit their quotes via email to Autumn M. Rau at AUTUMN.M.RAU2.CIV@US.NAVY.MIL by the specified due date, and all proposals must include the necessary documentation for government source approval.
    Sole Source Requirement with Rohde & Schwarz for TAA Compliant Oscilloscopes
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to procure fifteen TAA compliant Rohde & Schwarz RTC1002 digital oscilloscopes along with associated warranty extensions and rackmount adapters on a sole source basis. This procurement is critical for enhancing the Real-Time Telemetry Processing System (RTPS) capabilities in new mission control rooms, ensuring accurate measurement and confirmation of telemetry signals. The selected contractor will be required to deliver the equipment within five weeks of order receipt, with a firm-fixed price contract anticipated. Interested vendors should contact Shannon Canada at shannon.m.canada.civ@us.navy.mil for further details and must submit completed provisions 52.204-24 and 52.204-26 with their quotes to be eligible for consideration.
    NIIN: 01-560-2895/ NOMEN: RECEIVER-TRANSMITTE
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS), is soliciting quotes for the repair of two RECEIVER-TRANSMITTER units (NSN: 7R 5841 015602895, Part Number: 264A020-1) under a sole-source requirement for Foreign Military Sales (FMS) Case: SR-P-MAL. Contractors are required to provide either a firm-fixed price or time and materials pricing, along with estimated repair costs, while adhering to strict compliance with packaging, marking, inspection, and quality assurance standards, including MIL-STD-2073-1 and ISO 9001. The successful contractor will be responsible for ensuring timely delivery of the repaired units within 365 calendar days from the award date, with the performance period spanning from December 16, 2025, to March 16, 2026. Interested parties should direct inquiries to Kate N. Schalck at KATE.N.SCHALCK.CIV@US.NAVY.MIL for further details.
    Calibration and Repair Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard Aviation Logistics Center (ALC), is seeking qualified contractors to provide Tool Calibration and Repair Services for 26 U.S. Coast Guard Air Stations. The services required include testing, calibrating, repairing, and certifying various tools and equipment, with an annual volume of approximately 7,189 items across the stations, necessitating a turnaround time of ten business days for non-emergent calibrations. This procurement is critical for maintaining operational readiness and ensuring compliance with safety and performance standards for aviation equipment. Interested contractors must respond to the Sources Sought notice by January 30, 2026, at 5:00 P.M. Eastern Time, and can direct inquiries to Denise Bulone at denise.j.bulone@uscg.mil.
    59--OSCILLATOR,NONCRYST, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of non-crystal oscillators. The contractor will be responsible for ensuring that the oscillators are repaired, tested, and inspected in accordance with specified requirements, including adherence to approved repair procedures and quality standards such as AS9100. These oscillators are critical components used in various defense applications, necessitating reliable performance and compliance with stringent military specifications. Interested contractors should direct inquiries to Valerie M. Werner at 215-697-2198 or via email at VALERIE.M.WERNER2.CIV@US.NAVY.MIL, with proposals expected to follow the outlined guidelines and timelines in the solicitation.
    Calibration Kit Radio Frequency
    Dept Of Defense
    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).
    Calibration and Repair Support Services
    Dept Of Defense
    The Department of Defense, through 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 specifically aimed at contractors who hold a Seaport-NXG Multiple Award Contract, emphasizing the importance of specialized engineering services in supporting the Navy's Research, Development, Test and Evaluation (RDTE) components. Interested parties can reach out to primary contact Daniel Belcher at daniel.c.belcher3.civ@us.navy.mil or by phone at 540-487-5799, or secondary contact Alana Clifford at alana.n.clifford.civ@us.navy.mil or 540-706-9653 for further details regarding the solicitation process.
    58--COMPARATOR MODULE,S, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    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.