Length Bar Interferometry System and a Gage Block Interferometry System
ID: N6426726Q4141Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERNORCO, CA, 92860, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

PHYSICAL PROPERTIES TESTING AND INSPECTION (6635)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for the procurement of a Length Bar Interferometry System (LBIS) and a Gage Block Interferometry System (GBIS) as part of its Metrology and Calibration Program. These systems are critical for providing traceability to the SI base unit of the meter and for calibrating reference-level length bars and gage blocks in accordance with ASME and ISO standards, ensuring high precision in measurement and calibration processes. The procurement emphasizes strict compliance with detailed specifications regarding system design, performance criteria, and operational conditions, with proposals due electronically by the specified response date. Interested vendors must be registered in SAM and can direct inquiries to Remy Oshiro at remy.s.oshiro.civ@us.navy.mil or by phone at 951-393-5689.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) for the NPSL Interferometry System, specifically detailing the requirement for a Calibration Certification and Calibration Report with data (Data Item A001). This document, identified by Contract/PR No. N64267-25-P-XXXX, mandates the contractor to provide commercially available calibration certificates and reports with each delivered system. The report should conform to DI-QCIC-80798C and SOW paragraph 5.3.2, with an
    DD Form 1423-1, dated February 2001, is a Contract Data Requirements List (CDRL) for the NPSL Interferometry System, outlining data deliverables for government contracts. Specifically, this form details the requirement for an
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) for a Software Version Description (CDRL A003) related to an NPSL Interferometry System (Contract/PR No. N64267-25-P-XXXX). This form outlines the requirements for contractors to submit Software Version Descriptions, ensuring government approval before software/firmware revisions are installed. Key requirements include submission no later than 15 calendar days prior to installation, adherence to DI-IPSC-81442A and SOW paragraph 5.3.4, and maintaining consistent firmware/software versions across calibration standards. Distribution Statement 'A' applies, allowing unlimited public release. Submissions are required for new systems and prior to any software/firmware changes to a system's Initial Operating Capability (delivery date). Electronic submissions are preferred, and specific addressees for delivery are provided. The form also includes instructions for both government personnel and contractors on completing the CDRL, including definitions for pricing groups of data items.
    The DD Form 1423-1, dated February 2001, is a Contract Data Requirements List (CDRL) used for federal government RFPs, federal grants, and state/local RFPs. This specific iteration details requirements for a Software/Firmware Change Request (A004) for the NPSL Interferometry System under contract N64267-25-P-XXXX. It specifies that DI-MISC-81807 and SOW paragraph 5.3.5 are mandatory for guidance. Distribution Statement "A" permits unlimited public release. Submission of change requests is required prior to any software/firmware changes for new or upgraded systems, including those under warranty. Electronic submissions in common commercial formats or on CD-ROM are preferred. The document also provides detailed instructions for both government personnel and contractors on completing the form, including definitions for various price groups for data items.
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for federal government RFPs, specifically detailing the requirements for a Proposed Spare Parts List (REPAIRABLE PARTS LIST) for an NPSL Interferometry System. This form outlines the mandatory use of DI-PSSS-80134B and SOW paragraph 5.3.6 as guidance. Key requirements include government approval for the Repairable Parts List (CDRL A005 subtitle), with the contractor providing a preliminary draft 60 days prior to initial operating capability (IOC) and a final approved version 30 days prior to IOC. The document specifies a Distribution Statement "A" (approved for public release) and details submission requirements, including electronic format preferences (MS-Excel or MS Word) and delivery with each new system. It also provides addressee contact information for submissions.
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for federal government RFPs, federal grants, and state/local RFPs. This specific iteration details requirements for a "TRAINING SYLLABUS" (Data Item A006) for an "NPSL Interferometry System." Key requirements include the use of DI-MISC-81459B and SOW paragraphs 5.2.1 & 5.3.7 for guidance, government approval of the preliminary draft training syllabus format within 15 days of submission, and a final approved version 30 days prior to Initial Operating Capability (IOC). The first submission of the syllabus is required 60 calendar days prior to the IOC of the first system procured. The syllabus must be a one-time submission for a two-day in-person training. Distribution statement "A" (approved for public release) applies. Electronic submission in common commercial formats is preferred. The document also provides detailed instructions for both government personnel and contractors on completing the form, including definitions for various price groups (Group I-IV) related to data item development and delivery costs.
    The DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data deliverables from contractors. This particular document, identified as Exhibit A for the NPSL Interferometry System (Contract/PR No. N64267-25-P-XXXX), details the requirement for "COMMERCIAL OFF-THE-SHELF (COTS) MANUALS AND ASSOCIATED SUPPLEMENTAL DATA" (Data Item T001). Key requirements include government approval for the COTS manuals, a preliminary draft of the Analysis of Measurement Uncertainty 60 days prior to Initial Operating Capability (IOC), and a final version 30 days prior to IOC. Distribution is unlimited per DoD Directive 5230.24, and submissions are required with each system delivered, preferably in electronic format (MS-Excel or MS Word) on CD-ROM or DVD. The United States Government retains limited technical data rights for government use only in maintenance, calibration, or related logistics activities, as per DFARS 252.227-7015. The document also provides instructions for both government personnel and contractors on completing the form, including guidelines for pricing data items.
    This document is a Standard Form 1449,
    The document DI-ILSS-80134A, titled "Proposed Spare Parts List," outlines the requirements for contractors to submit a recommended list of spare parts needed to maintain a system under specific conditions and duration. This list is crucial for determining spare parts stocking levels. It supersedes DI-ILSS-80134. The document details general preparation instructions, emphasizing the inclusion of all consumable and expendable items, along with assumptions, formulas, or models used. Format-wise, the list should comprehensively present components, subassemblies, and assemblies. Content requirements include item name, manufacturer's part number, Federal Supply Code of Manufacturers (FSCM), National Stock Number (NSN), quantity per end item, unit of issue, estimated unit price, recommended quantity for sustainment, alphanumeric numbering, shelf life, Mean-Time-Between-Failure, production lead time, and an explanatory narrative for multiple end items at a single location. The document specifies a public release distribution statement.
    The provided file repeatedly states its source as http://assist.dla.mil, emphasizing the need to check this source to verify that it is the current version before use. This information is duplicated four times, indicating a critical instruction for users of the document to ensure they are working with the most up-to-date version. The file's purpose is to direct users to a specific online resource and to advise them to validate the currency of the information found there.
    The DI-MISC-81807 document outlines the
    The DI-QCIC-80798B Data Item Description (DID) outlines the mandatory format and content requirements for calibration reports and certificates for test, measurement, and diagnostic equipment procured by the Department of Defense (DoD). This DID, superseding DI-QCIC-80798A and consistent with ISO 17025 standards, is applicable to contracts requiring equipment calibration prior to delivery. Calibration certificates must include specific details such as the title, laboratory and client information, unique identification, method used, equipment description, calibration dates, relevant sampling plans, measurement results, authorizing signatures, environmental conditions, measurement uncertainty, and evidence of traceability. While contractor format is acceptable, adherence to these content requirements ensures comprehensive and standardized calibration documentation for DoD equipment.
    The provided file consists of repetitive statements advising users to verify the current version of the document by checking its source at http://assist.dla.mil. The repeated instruction emphasizes the importance of checking the download source for accuracy and currency before using the information. This file, likely a placeholder or a header, serves as a reminder for users to ensure they are working with the most up-to-date version of any government-related document, especially those relevant to federal RFPs, grants, or state/local RFPs where current information is critical.
    The DI-TMSS-80527D document, approved on December 3, 2021, outlines the requirements for Commercial Off-the-Shelf (COTS) Manuals and associated supplemental data for use by the Department of Defense (DOD). This Data Item Description (DID) is utilized to acquire sample COTS manuals for evaluation, obtain approved COTS manuals, and, if necessary, acquire supplemental data. It supersedes DI-TMSS-80527C. The manual content must cover assembly, installation, operation, parts, and maintenance of commercial equipment, with evaluation based on MIL-PRF-32216. Supplemental data, if needed, must also conform to MIL-PRF-32216. While the basic manual can be in the contractor's format, supplemental data must follow the acquiring activity's specified format. Digital files, particularly Interactive Electronic Technical Manuals (IETMs) or PDFs, are preferred. PDF files must be searchable, linkable, and have embedded fonts. IETMs must adhere to MIL-STD-40051-1 or MIL-STD-3031 for Army use. Paper manuals, if acquired, must be legible and on durable paper. Quick Reference Guides (QRGs) must meet the requirements of MIL-PRF-32614.
    DI-MISC-81459B is a Data Item Description (DID) outlining the standardized requirements for developing a syllabus for training courses in government contracts. Applicable to all contracts requiring training course development, this DID supersedes DI-MISC-81459A and establishes the format, content, and intended use of the syllabus as a course control document. The syllabus must include detailed sections such as course accounting (title, purpose, prerequisites, grading), course training standards (elements, accomplishment standards, course map), academic media (lectures, workbooks, instructional manuals), training devices (requirements, mission, objectives), criterion-referenced objectives, course data (length, hours, class size), facilities and resources (location, instructor staffing, layout), explanation of unique terms, and a comprehensive curriculum outline of instruction (title, scope, hours, tasks, objectives, method of instruction). The document emphasizes a contractor-acceptable format for presentation.
    The Department of the Navy's Metrology and Calibration Program has released the CSS 22-NI001 Calibration Standards Specification Procurement Package for a Gage Block Interferometry System (GBIS). This document outlines the minimum requirements for the GBIS, intended for use at the Navy Primary Standards Laboratory (NPSL). The system will provide direct traceability to the SI base unit definition of the meter, evaluate standard dimensional length uncertainties, and calibrate reference-level gage blocks according to ASME B89.1.9-2002 and ISO 3650 standards. The specification details comprehensive requirements for equipment components (both Test Measurement & Diagnostic Equipment and non-TMDE), design and construction, digital interface, electrical power, physical characteristics, environmental conditions, safety, marking, calibration interval, reliability, and maintainability. The system's core function relies on an optical interference principle using a high-coherence light source, environmental sensors, and a CCD camera, all managed by dedicated software. The GBIS must meet strict measurement uncertainty limits, operational parameters, and safety standards, including Class 2 laser specifications. Manufacturers are required to submit technical descriptions demonstrating compliance with all outlined requirements.
    This document, CSS 22-NI002, outlines the detailed requirements for a Length Bar Interferometry System (LBIS) for the Department of the Navy's Metrology and Calibration Program. The LBIS is intended for use at the Navy Primary Standards Laboratory (NPSL) to provide traceability to the SI base unit of the meter and calibrate reference level length bars and long gage blocks according to ASME B89.1.9-2002 and ISO 3650 standards. The system's design, construction, and performance criteria are thoroughly specified, including components like environmental sensors, a CCD camera, a high-coherence light source (frequency-stabilized Helium-Neon lasers), and dedicated software for interferogram analysis and environmental monitoring. The document emphasizes strict requirements for measurement uncertainty, environmental operating conditions (temperature, humidity, particle count, vibration), safety, marking, identification, calibration, reliability, and maintainability to ensure high precision and long-term functionality within a specialized laboratory environment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    66--METER,SPECIAL SCALE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of a specialized meter, referred to as the "METER, SPECIAL SCALE." This contract involves the manufacture and supply of this item, which is critical for electrical and electronic properties measuring and testing instruments, particularly in naval applications. The procurement is governed by strict quality assurance and inspection requirements, including the necessity for the contractor to have a Government Security Clearance and to ensure that the materials supplied are free from mercury contamination. Interested vendors must submit their proposals by January 9, 2026, and can direct inquiries to Catherine H. Tran at 717-605-6805 or via email at uyencatherine.h.tran.civ@us.navy.mil.
    4 FT GAGE PLATE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the manufacture of 4 FT and 8 FT Gage Plates. These items are critical components used in various military applications, requiring adherence to specific material and physical standards as outlined in the associated drawings. The procurement emphasizes quality assurance and compliance with military standards, with the contract set to be awarded based on total dollar value rather than individual unit prices. Interested vendors can reach out to Joshua D. Martin at 717-605-4356 or via email at JOSHUA.D.MARTIN76.CIV@US.NAVY.MIL for further details, and they are encouraged to review the solicitation documents available on SAM.gov for additional requirements and deadlines.
    66--BAROMETER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of barometers through NAVSUP Weapon Systems Support Mechanical. This contract requires the manufacture of barometers that meet specific design and quality standards, including compliance with military specifications and the prohibition of mercury contamination, as these instruments are intended for use on submarines and surface ships. The procurement is critical for ensuring accurate meteorological measurements essential for naval operations, with a solicitation due date set for February 6, 2026. Interested vendors should contact Stephen A. Knox at 717-605-6805 or via email at stephen.a.knox.civ@us.navy.mil for further details and to submit proposals.
    Model 590 Goniometer/Tensiometer
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure two Rame-Hart Instrument Model 590 Goniometer/Tensiometer units along with associated hardware on a Brand Name basis. These advanced automated instruments are essential for research and development on non-metallic materials, enabling various measurements such as contact angle, surface free energy, and interfacial tension using DROPimage Advanced v3.25 software. The instruments must comply with TAA regulations, be manufactured and distributed in the U.S., and be compatible with a 2025 PC. Quotes are due by 12:00 PM EST on January 9, 2026, with delivery required by February 27, 2026, to the Naval Surface Warfare Center in West Bethesda, MD. Interested parties can reach out to Arnel Ngo at arnel.ngo@navy.mil or Kristen Duhaime at kristen.m.duhaime.civ@us.navy.mil for further inquiries.
    66--METER,SPECIAL SCALE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two special scale meters, identified by NSN 6625009068993. The requirement includes delivery to DLA Distribution San Joaquin within 167 days after order, with approved sources for the meters listed as 0BZM1 MK3207-165, 28304 99931SCEE101-1, and 33005 AEDXB30592B. These meters are critical for measuring and testing electrical signals, which are essential in various defense applications. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.
    LEICA ATS800 ABSOLUTE TRACKER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NSWC Philadelphia Division, is soliciting quotes for the procurement of a Leica ATS800 Absolute Tracker. This request emphasizes a brand name justification, indicating the specific requirements for this precision measurement instrument, which is crucial for inspection and layout tasks in various industrial processes. The Leica ATS800 is vital for ensuring accuracy and efficiency in measurement applications, reflecting its importance in maintaining high standards in defense operations. Interested vendors can reach out to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil or by phone at 267-889-6912, or John LaMotta at john.n.lamotta.civ@us.navy.mil or 445-227-0077 for further details regarding the solicitation.
    METER,FLOW,SPECIAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of specialized flow meters. These meters are critical for measuring and testing electrical and electronic properties, aligning with the NAICS code 334412 for Bare Printed Circuit Board Manufacturing. The procurement emphasizes compliance with various technical and quality requirements, including inspection and acceptance protocols, and is subject to a total small business set-aside. Interested vendors should direct inquiries to Taylor Bloor at 771-229-0099 or via email at TAYLOR.BLOOR@NAVY.MIL, with proposals expected to adhere to the outlined specifications and deadlines as detailed in the solicitation documents.
    Data Loggers Calibration & Evaluation
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is seeking interested parties to provide calibration and repair services for Shock and Vibration Environment Recorders, as outlined in their Sources Sought Notice (N6339426Q4006). The procurement includes the calibration of 20 field instruments, repair of 10 field instruments, and shipping services for 2 units, with all calibration services required to meet ISO/IEC 17025:2005 standards and traceability to NIST. This opportunity is critical for maintaining the operational readiness and accuracy of equipment used in various defense applications. Interested vendors must submit their company information, capabilities, and cost estimates by January 15, 2026, at 3:00 PM Pacific Time to Katral U. McKnight-Taylor at katral.u.mcknight-taylor.civ@us.navy.mil.
    52--GAGE,HEADSPACE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of headspace gages, specifically NSN 5220016823848, with a total quantity of 247 units required for delivery to DLA Distribution San Joaquin within 30 days after the order is placed. These measuring tools are critical for ensuring the proper functioning and safety of military equipment, highlighting their importance in defense operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil. The solicitation will be available on the DLA Internet Bid Board System (DIBBS) website, and all responsible sources may participate in this procurement opportunity.
    TRANSDUCER ASSEMBLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of a Transducer Assembly. This contract requires the manufacture of specific electrical and electronic measuring instruments, adhering to strict quality assurance and inspection standards, with an emphasis on compliance with military specifications. The Transducer Assembly is critical for various defense applications, ensuring accurate measurements and testing capabilities. Interested vendors must provide proof of being an authorized distributor of the original manufacturer's items and are encouraged to contact Xavier A. Kellam at 717-605-1319 or via email at XAVIER.A.KELLAM.CIV@US.NAVY.MIL for further details. The solicitation emphasizes a firm pricing structure and includes options for increased quantities, with a minimum quotation validity of 45 days.