Procurement request for 3-Year blanket purchase agreement (BPA) for Tinius calibration services
ID: N0016725Q0069Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is issuing a Request for Quotes (RFQ) for a three-year blanket purchase agreement (BPA) to provide calibration services for Tinius Olsen equipment used in its Rubber Mechanical Test Laboratory located in West Bethesda, MD. The procurement aims to ensure compliance with ISO 10725 standards and maintain the proper functioning of various specified equipment, which is critical for accurate material testing in research and development activities. The selected vendor will be required to deliver annual calibration services and priority technical phone support, with a focus on small business participation as the procurement is set aside for small enterprises. Interested vendors must submit their capabilities, including pricing and necessary documentation, by March 3, 2025, with services expected to commence on March 7, 2025, and continue until March 6, 2028. For further inquiries, vendors can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is issuing a Request for Quotes (RFQ) for a 3-year blanket purchase agreement (BPA) to provide calibration services for Tinius Olsen equipment in its Rubber Mechanical Test Laboratory in West Bethesda, MD. This RFQ aims to maintain compliance with ISO 10725 standards and ensure proper functioning of various specified equipment. The solicitation includes guidelines for interested vendors to submit their capabilities by March 3, 2025, along with necessary documentation such as pricing and CAGE code. The BPA will cover annual calibration services and priority technical phone support, allowing the NSWCCD to ensure accurate material testing for research and development purposes. Responses will be evaluated based on technical capabilities and pricing, with an emphasis on small business participation as the procurement is designated for small enterprises. The successful vendor will be expected to meet specific performance standards and deliverables within the parameters set forth in the Performance Work Statement (PWS). The period for providing these services is set to commence from March 7, 2025, until March 6, 2028.
    The memorandum outlines a Sole Source and Limited Source Justification for a proposed three-year blanket purchase agreement (BPA) with Tinius Olsen Testing Machine Co. for calibration services of specific equipment at the Naval Surface Warfare Center Carderock Division (NSWCCD), West Bethesda, MD. Due to the proprietary nature of Tinius Olsen's equipment and exclusive diagnostic software, only this manufacturer can ensure proper calibration, which is essential to prevent costly equipment damage and project delays. The justification adheres to the Federal Acquisition Regulation (FAR) guidelines that allow for limited competition under the Simplified Acquisition Threshold (SAT), establishing that only one source is reasonably available. The document emphasizes the significance of using the Original Equipment Manufacturer (OEM) for calibration services, backed by historical reliance on Tinius Olsen's expertise, to maintain compliance with quality control standards and project deliverables.
    Lifecycle
    Similar Opportunities
    Naval Surface Warfare Center Carderock Divisions Equipment Maintenance Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking qualified small businesses to provide preventive and corrective maintenance services for industrial machinery under a Blanket Purchase Agreement (BPA). The procurement aims to ensure operational integrity and efficiency by acquiring commercial off-the-shelf (COTS) services over a five-year period, starting in April 2025, with a total ceiling of $4.5 million and individual calls capped at $249,000. Interested vendors must submit pricing and capability statements by March 12, 2025, and can direct inquiries to David Crouch at 301-318-3929 or via email at David.w.crouch3.civ@us.navy.mil.
    Fluke Multi-Year Calibration & Repair Services(C&RS) Agreement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking qualified contractors to provide multi-year calibration and repair services for Fluke electronics under a Request for Information (RFI). The objective of this procurement is to ensure the operational integrity of over 842,000 test instruments used by various military entities, with services required to adhere to ISO 17025 standards and include detailed calibration certificates. Interested vendors are invited to submit a three-page white paper by February 7, 2025, with the final deadline for responses set for March 14, 2025. For further inquiries, potential respondents can contact Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Portia Sampson at portia.r.sampson.civ@army.mil.
    Calibrate and Repair Serial Number 1040C
    Buyer not available
    The U.S. Navy seeks quotes for repairing and calibrating specific serial number panel meter calibrators, issued through Solicitation N00421-24-Q-0371. These calibrators, manufactured by Arbiter Systems Inc., are vital for ensuring accurate measurements in electrical and electronic testing, and the Navy requires prompt quotations for a quick turnaround. The total contract value is approximately $10,000, with responses due by 1:00 pm EST on August 13, 2024, to the procurement group at Patuxent River.
    On-site Analytical balance calibration services
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide on-site analytical balance calibration services at the NOAA Fisheries Auke Bay Laboratory in Juneau, Alaska. The procurement aims to secure calibration services for analytical and microbalances over a base period from May 1, 2025, through April 30, 2026, with the option for three additional renewal years. These calibration services are critical for maintaining operable laboratory equipment necessary for the National Marine Fisheries Service's research objectives. Interested small businesses must submit written quotes by March 13, 2025, including past performance references and technical proposals, with evaluations focusing on technical solutions and past performance, alongside pricing considerations. For further inquiries, contractors can contact Christie Lang at christie.lang@noaa.gov or by phone at 206-526-6715.
    Procurement request for procure customizable scaffolding to support LVST testing.
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for customizable scaffolding to support LVST testing. This procurement is set aside for small businesses under NAICS code 532490 and aims to fulfill specific safety requirements for personnel working on a 38-foot test vehicle. The total estimated value of the scaffolding is approximately $230,000, with a delivery deadline of April 15, 2025, and quotes must be submitted by 11:00 AM on March 5, 2025. Interested vendors should contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or call 757-513-7247 for further details.
    Keysight Multi-Year Calibration & Repair Services(C&RS) Agreement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking vendors to provide multi-year Calibration and Repair Services (C&RS) for Keysight equipment. This procurement aims to establish a long-term contract for the calibration and repair of various Test Measurement and Diagnostic Equipment (TMDE) over a twelve-month period, ensuring compliance with original equipment manufacturer (OEM) standards and traceability to relevant measurement standards. The services are critical for maintaining the operational reliability and accuracy of military equipment, reflecting the Army's commitment to efficient service procurement in support of defense operations. Interested vendors must submit a white paper response by March 14, 2025, detailing their capabilities and business information to the primary contact, Taylor Siskoff, at taylor.c.siskoff.civ@army.mil, or the secondary contact, Portia Sampson, at portia.r.sampson.civ@army.mil.
    Gauge Calibration
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for gauge calibration services, including the repair and replacement of various shipboard gauges, meters, thermometers, and test equipment. The primary objective of this procurement is to ensure the operational readiness of MSC's fleet by maintaining accurate monitoring of machinery performance, with services required both on-site and off-site, particularly for high-voltage systems that necessitate specific safety training. Interested businesses are invited to submit capabilities packages detailing their qualifications and relevant experience by March 7, 2025, and should direct inquiries to Robert Corsino at robert.j.corsino.civ@us.navy.mil or Stacy Ziehl at stacy.m.ziehl.civ@us.navy.mil.
    Engineering Services Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for an Engineering Services Blanket Purchase Agreement (BPA) aimed at supporting various engineering disciplines, including marine, mechanical, electrical, and naval architecture. Contractors will be responsible for providing essential services such as data delivery, testing, training, and incident analysis to ensure shipboard material readiness, with a total contract ceiling of $7,499,999.99 over a five-year period. This initiative underscores the government's commitment to maintaining high naval engineering standards and engaging small businesses in fulfilling these critical service needs. Interested vendors must submit their quotes by March 4, 2025, and direct any inquiries to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
    66--TENSIOMETER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a Tensiometer, classified under the Physical Properties Testing and Inspection category. This equipment is essential for measuring the surface tension of liquids, which is critical in various defense applications and material testing processes. Interested vendors should note that the presolicitation notice has been issued, and they can reach out to Chris Campellone at (215) 697-2530 or via email at christopher.campello@navy.mil for further details regarding the procurement process.
    CALIBRATION AND REPAIR MAINTENANCE AGREEMENT FOR EXISTING EQUIPMENT
    Buyer not available
    Special Notice: Department of Health and Human Services, National Institutes of Health intends to award a sole source contract to TSI, Inc. for a Calibration and Repair Maintenance Agreement for existing equipment. The vendor will provide calibration and repair service for approximately 130 pieces of TSI and TSI-Quest industrial hygiene and exposure monitoring equipment. This service is typically required on an annual basis and includes the replacement of consumable items, inspection and cleaning of serviceable parts, and repairs by technically qualified personnel. The vendor will also provide a detailed service report and ensure that the calibration service meets or exceeds accuracy standards traceable to the National Institutes for Standards and Technology (NIST). Interested parties must submit capability information by March 14, 2024, to establish their ability to meet this requirement. Contact Ms. Van Holley at holleyv@od.nih.gov for inquiries and submissions.