ISO 9001 AND ISO 45001 Surveillance and Certification Services
ID: N0016426Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Building Inspection Services (541350)

PSC

OPERATION OF OFFICE BUILDINGS (M1AA)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC Crane), is seeking contractors to provide ISO 9001 and ISO 45001 surveillance and certification services. The procurement includes a base period for initial certification audits and multiple option years for surveillance audits, extending from January 1, 2026, to December 31, 2030. These certifications are crucial for maintaining quality management and occupational health and safety standards within the organization. Interested vendors must submit their offers by November 4, 2025, with the closing date extended to December 5, 2025, at 3:00 PM Eastern Time. For inquiries, contact Kelsey Strunk at kelsey.r.strunk.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document 26-00Q-0001 outlines a Request for Proposal (RFP) for ISO Certification Services. The RFP details various options for ISO 9001 and ISO 45001 certification and surveillance audits. For ISO 9001, services include a base certification audit and four annual surveillance audits spanning from January 1, 2026, to December 31, 2030. Similarly, for ISO 45001, the RFP requests a base certification audit and four annual surveillance audits, also covering the period from January 1, 2026, to December 31, 2030. The services are categorized by Contract Line Item Numbers (CLINs) and specify the period of performance for each audit type, indicating a multi-year requirement for maintaining these international standards.
    The document is a Question and Answer (Q&A) log, likely part of a federal government Request for Proposal (RFP) or grant application, specifically concerning ISO 9001 and ISO 45001 certifications. It clarifies various aspects of an organization's operations and compliance, addressing questions about outsourcing (none), shift work (none), legal obligations (numerous and organization-specific), major nonconformances (none for both ISO 9001 and 45001), and OSHA reportable events (two in three years). The Q&A also confirms that tenant activities are not part of the ISO certification scope, all areas apply to ISO 9001, and the organization possesses audit reports, corrective actions, and certificates for ISO 9001, with ISO 45001 being a newer certification. It states there have been no lapses in certification for ISO 9001 and that the last audits were surveillance audits conducted in November 2025 (9001) and January 2025 (45001). Finally, it notes that the ISO management systems are currently stand-alone but will be integrated in the future.
    The "Past Performance/Experience Questionnaire" (Solicitation# N0016426Q0003) is a critical document for contractors bidding on government projects, likely an RFP or grant application. It gathers comprehensive information on a contractor's background, including their DUNS Number, CAGE Code, business structure, and years of experience as both prime and sub-contractor. The questionnaire requires a detailed list of completed projects within the last three years, including contract amount, type, completion date, and owner references. It also asks for concurrent contractual commitments, their awarded amounts, percentage completed, and completion dates. A key component addresses past performance issues, inquiring if the contractor has ever failed to complete work or had work completed by a performance bond, requiring explanations for any affirmative responses. The document concludes with a certification section where an official attests to the accuracy of the provided information, authorizing NSWC Crane to verify capabilities. This questionnaire ensures that potential contractors have the necessary experience and a reliable track record to perform the contemplated work for NSWC Crane.
    The Naval Surface Warfare Center, Crane Division (NSWC Crane) requires a contractor for ISO 9001 (Quality Management Systems) and ISO 45001 (Occupational Health and Safety Management Systems) surveillance and re-certification audits. The contract includes a base period (2026-2027) for re-certification and four option years (2027-2031) for surveillance and re-certification services. Audits can be on-site or virtual, using government-approved software. The contractor must be an ANAB or IAS accredited Registrar/Certification Body, accredited to ISO 17021, with at least three years of experience in certifying medium to large manufacturing facilities and with lead auditors possessing three years of experience in the assigned certification. Deliverables include audit reports and official certification certificates and plaques.
    The document, "N0016426Q0003 QUESTION & ANSWERS #2 Dated 11/26/2025," addresses a clarification regarding the headcount at NSWC Crane. Specifically, Question 15 inquires whether the reported total headcount of 3,900 for NSWC Crane excludes all tenants. The answer confirms that this quantity indeed excludes all tenants and directly reflects the weekly onboard count of NSWC Crane Government personnel. This interaction is part of a series of questions and answers, likely pertaining to a federal government Request for Proposal (RFP) or a similar procurement process, where precise personnel figures are crucial for accurate project planning and resource allocation.
    This government solicitation (N0016426Q0003) is a Request for Quote (RFQ) for Women-Owned Small Businesses (WOSB) to provide ISO 9001 and ISO 45001 surveillance and certification services to NSWC Crane, located in Crane, IN. The solicitation includes a base period for initial certification audits and multiple option periods for surveillance audits, extending through 2030. All services are to be Firm Fixed Price, covering travel, per diem, and materials. Inspection and acceptance will occur at NSWC Crane, with performance periods clearly defined for each line item and option. The document outlines detailed invoicing instructions via the Wide Area WorkFlow (WAWF) system, including specific document types and routing data. It also provides key government points of contact for contract administration, including the Procuring Contracting Officer (PCO), Contract Specialist, and Technical Point of Contact (TPOC). Additionally, it specifies hours of operation, holiday schedules, and various FAR and DFARS clauses governing the contract, emphasizing electronic submission of payment requests and adherence to small business regulations.
    Amendment 0001 to solicitation N0016426Q0003, issued by NSWC Crane, extends the response due date from November 4, 2025, to November 26, 2025. This amendment also includes an attachment of vendor questions and Crane's responses. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge may result in the rejection of the offer. This modification ensures all terms and conditions of the original solicitation remain in effect, with the noted changes.
    Amendment 0002 to Solicitation N0016426Q0003 extends the closing date for offers from November 26, 2025, to December 5, 2025, at 12:00 PM EST. Issued by NSWC Crane, this amendment also provides necessary 9001 and 45001 Certifications. The document details the process for acknowledging amendments, emphasizing that failure to do so may result in rejection of offers. It outlines how changes to submitted offers can be made in response to amendments. This modification ensures all terms and conditions of the original solicitation remain in full force and effect, except as explicitly changed by this amendment.
    Amendment 0003 to Solicitation N0016426Q0003, issued by NSWC Crane, updates the CLIN descriptions for items 0002, 0004, 0007, and 0009. The amendment, effective December 2, 2025, requires offerors to acknowledge its receipt prior to the specified hour and date to avoid rejection of their offers. This can be done by completing items 8 and 15 and returning copies, acknowledging receipt on each offer copy, or via separate communication referencing the solicitation and amendment numbers. All other terms and conditions of the original document remain unchanged.
    Amendment 0004 to solicitation N0016426Q0003, issued by NSWC Crane, modifies CLIN descriptions for option line items 0002, 0004, 0007, and 0009. Specifically, it changes the descriptions for ISO 9001 and ISO 45001 audits between "Certification Audit" and "Surveillance Audit." All other terms and conditions of the original solicitation remain unchanged. The amendment emphasizes that offers must acknowledge receipt to avoid rejection and allows for changes to already submitted offers if received before the specified opening hour and date. The contracting officer for this amendment is Kelly L. Kapanzhi.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    70--DISK DRIVE UNIT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    13--COVER,PROTECTIVE,TO
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 146 units of the COVER, PROTECTIVE, TO, identified by NSN 1355 006901100. This contract requires compliance with specific design, manufacturing, and quality assurance standards, including ISO 9001, and is critical for use in naval operations, particularly on submarines and surface ships. The solicitation includes provisions for a potential increase in quantity and emphasizes the importance of mercury-free materials due to safety concerns. Interested contractors should contact Rachel Kern at 717-605-7296 or via email at rachel.e.kern4.civ@us.navy.mil for further details and to ensure compliance with all requirements by the submission deadline.
    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.
    66--NAVIGATIONZLGHTZWHI
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of navigation lights, designated as "NAVIGATION LIGHT WHITE," which are critical components for shipboard systems. The contract requires adherence to stringent quality assurance and inspection protocols due to the high stakes involved, as the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of life. Interested vendors must comply with various specifications and quality standards, including ISO-9001, and are required to submit certification data prior to delivery, with a final delivery timeline set for 210 days after acceptance of certification data. The deadline for submitting offers has been extended to 4:30 PM EST on March 16, 2026, and interested parties can contact Noelle M. Smith at 717-605-3992 or via email at NOELLE.M.SMITH10.CIV@US.NAVY.MIL for further information.
    CABLE ASSEMBLY,SPEC
    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 52 units of a specialized cable assembly. This contract requires compliance with various quality standards, including ISO 9001, and mandates that all items be free from mercury contamination, as they are intended for use on submarines and surface ships. Interested contractors must submit their quotes electronically by the extended deadline of December 29, 2025, and include detailed pricing, delivery timelines, and proof of authorization as an approved source. For further inquiries, potential bidders can contact Darian M. Holley at 717-605-1339 or via email at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL.
    Water Quality Maintenance of LL-7000 Heat Exchanger-AMENDMENT 0003
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for the maintenance of the LL-7000 Heat Exchanger, as outlined in Solicitation N0016426Q0004. The procurement focuses on ensuring the quality of high-purity, de-mineralized, de-ionized cooling water used for test equipment, requiring contractors to perform routine services including inspection and cleaning of strainers, replacement of filter cartridges, and maintenance of ion exchange resins. This maintenance is critical for the operational integrity of the cooling system, which supports various defense-related testing activities. Interested contractors should note that the response deadline has been extended to December 5, 2025, at 12:00 PM EST, and may contact Trey Smith or Sonsiree Lagunas via email for further inquiries.
    59--CIRCUIT CARD ASSEMB
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the manufacture of Circuit Card Assemblies. This procurement aims to fulfill critical requirements for electrical and electronic assemblies, which are essential for various defense applications. The contract will involve strict adherence to quality assurance standards and specifications, including compliance with military standards and regulations regarding materials, particularly the prohibition of mercury contamination. Interested vendors must submit their proposals by December 5, 2025, and can direct inquiries to Uyen Catherine Tran at uyencatherine.h.tran.civ@us.navy.mil or by phone at 717-605-6805.
    Hygrometer Calibration
    Buyer not available
    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.
    D-66 AND D-67 HOUSING ASSEMBLIES
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to provide D-66 and D-67 housing assemblies, which are critical components for various military applications. The procurement includes requirements for First Article Testing (FAT) for specific part numbers, with the possibility of waivers for qualified vendors, and encompasses both initial production and option line items for additional quantities. The contract is set to be awarded based on evaluations of technical approach, delivery schedule, past performance, and price, with a closing date for submissions on December 11, 2025, at 11:00 AM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access controlled attachments and submit their offers to Morgan Helton at morgan.m.helton.civ@us.navy.mil.
    Structural Hardware
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small businesses to provide structural hardware, specifically various male washers, heavy hex nuts, and heavy hex bolts, under Solicitation Number N00164-26-Q-0018. The procurement includes a total of eight line items with specified quantities, and the goods are intended for use in defense applications, emphasizing the importance of reliable hardware in military operations. Interested contractors must be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access controlled attachments and submit their quotes via email by December 5, 2025, at 4:00 PM Eastern Time. For further inquiries, potential offerors can contact Trista Ray at trista.m.ray.civ@us.navy.mil.