Mass Comparator with External Draft Shield
ID: N6426726R1000Type: Sources Sought
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center, is seeking contractors to provide eight mass comparators with external draft shields and marble tables to enhance its Metrology, Test, and Monitoring Systems Assessment capabilities. The procurement aims to facilitate in-house calibration of Dead Weight Tester (DWT) weight sets, thereby reducing shipping costs and delays associated with sending sets to the Navy Primary Calibration Laboratory. These mass comparators must meet specific technical specifications, including a maximum capacity of 2.3 kg and 0.1 mg readability, along with comprehensive training manuals and NIST-traceable calibration certificates. Interested businesses, particularly small businesses including HUBZone, 8(a) SDB, and SDVOSB, must submit a 10-page Capability Statement by November 20, 2025, at 5:00 PM (PST), with an anticipated RFP release in January or February 2026. For further inquiries, contact Julian Garibay at julian.p.garibay.civ@us.navy.mil or Alexander Naval at alexander.e.naval.civ@us.navy.mil.

    Files
    Title
    Posted
    The Naval Surface Warfare Center, Corona Division, requires eight mass comparators with external draft shields and marble tables to enhance its Metrology, Test, and Monitoring Systems Assessment capabilities. This procurement, outlined in a Firm Fixed Price contract, aims to enable in-house calibration of Dead Weight Tester (DWT) weight sets, eliminating costly shipping and production delays currently experienced when sending sets to the Navy Primary Calibration Laboratory. The mass comparators must meet specific technical specifications, including a maximum capacity of 2.3 kg, 0.1 mg readability, and various software and interface requirements. The external draft shields and marble tables also have precise dimensions and compatibility standards. The contractor is responsible for providing operator/service manuals, a minimum one-year warranty, NIST-traceable calibration certificates, repairable parts lists, software/firmware version descriptions, and comprehensive training manuals for each system delivered. These deliverables ensure operational readiness, cost savings, and increased flexibility for Navy calibration laboratories.
    The Naval Surface Warfare Center, Corona Division, seeks a contractor to provide a Mass Comparator with an External Draft Shield for its Measurement Science and Engineering Department in Norco, CA. This Sources Sought Notice, closing on November 20, 2025, at 5:00 PM (PST), targets Small Business concerns, including HUBZone, 8(a) SDB, and SDVOSB, under NAICS code 334516. A Firm-Fixed-Price (FFP) Contract is anticipated, with an estimated delivery period of 120 days post-award. An RFP is expected in January or February 2026 via SAM.gov. Interested businesses must submit a 10-page Capability Statement detailing their ability to manage as a prime contractor, perform at least 50% of the SOW with their employees, and demonstrate capacity (equipment, facilities, staff). This notice is solely for informational purposes and does not constitute a solicitation or commitment by the government. Responses are voluntary and will not be compensated.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Magnification Check Kits
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for Magnification Check Kits (MCK) under a total small business set-aside contract. The procurement includes a base quantity of one MCK with options for five additional units, all of which must comply with Calibration Standards Specification JAX-0007, and also includes onsite training for maintenance and repair for up to ten personnel. These kits are crucial for calibrating optical comparators used by Navy personnel in both shore-based laboratories and on-site applications, ensuring precision in measurement and compliance with military standards. Interested vendors must submit their quotations electronically by December 19, 2025, and can direct inquiries to Julia Hunt at julia.m.hunt3.civ@us.navy.mil.
    58--COMPARATOR MODULE,S, IN REPAIR/MODIFICATION OF
    Buyer not available
    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.
    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.
    SPERONI MAGIS 600 N6449826Q5019
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking contractors to provide two units of the SPERONI MAGIS 600 tooling measurement systems. These systems are essential for measuring cutting tools prior to use, ensuring that high-speed machines maintain the correct distance during machining processes. The procurement is structured as a one-year Firm-Fixed-Price (FFP) contract, with the successful contractor responsible for the shipment of all necessary parts. Interested parties can reach out to Shain Quigley at shain.t.quigley.civ@us.navy.mil or by phone at 445-227-2263 for further details.
    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.
    53--DIAL,SCALE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of DIAL, SCALE (NSN 5355003859189). The requirement includes an estimated quantity of 4 units, with delivery expected within 99 days after order placement, and may lead to an Indefinite Delivery Contract (IDC) with a total order cap of $350,000 over one year. These items are critical for various applications within military operations and will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Vision Measurement System
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from potential sources capable of providing Vision Measurement Systems (VMS) as part of a Sources Sought notice. The procurement aims to acquire a minimum of one and a maximum of four VMS units, which are critical for calibration standards of various gauges and micrometers, adhering to specific military standards and requirements outlined in the Statement of Work (SOW). These systems will be utilized in shore-based laboratories to calibrate test instruments, ensuring high accuracy and performance in dimensional and angular measurements. Interested parties must submit a Capability Statement by December 17, 2025, to Andrew Davis at andrew.m.davis106.civ@us.navy.mil, referencing Sources Sought Notice N6426726R1004, as this notice is for market research purposes and does not constitute a solicitation for proposals.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    Large Hydrostatic Test Chamber Design and Fabrication
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking sources for the design and fabrication of a Large Hydrostatic Test Chamber. This procurement aims to secure services related to the design, fabrication, and installation of large-diameter pressure vessels, which are critical for testing and evaluation purposes within naval operations. Interested organizations are invited to submit tailored capability statements that detail their qualifications and experience, along with organizational information, by 9:00 a.m. Eastern on December 17, 2025. For further inquiries, potential respondents can contact Kylie Cox at kylie.cox3.civ@us.navy.mil, and a Performance Work Statement (PWS) is available upon request.
    25--COUNTERWEIGHT,REMOV
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 46 units of the COUNTERWEIGHT, REMOV (NSN 2590014427346). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a total order value of up to $350,000, and includes a guaranteed minimum quantity of six units. The COUNTERWEIGHT is a critical component used in military armored vehicles, ensuring operational efficiency and safety. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.