SOLE SOURCE – REPAIR / EVALUATION OF KEYSIGHT TECHNOLOGIES INC.EQUIPMENT
ID: N0016425Q0614Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole source contract for the repair and evaluation of specialized equipment manufactured by Keysight Technologies, Inc. This procurement involves the repair of various advanced electronic devices, including network analyzers and signal generators, to meet original equipment manufacturer (OEM) specifications, with a completion deadline set for July 31, 2025. The services are critical for maintaining the operational readiness of the Navy's Airborne Electronic Attack Systems, ensuring compliance with federal regulations and quality assurance standards. Interested vendors must submit their capability statements by 7:00 PM Eastern Time on May 23, 2025, and can direct inquiries to Emily Wichman at emily.j.wichman.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for a contract with a focus on services and products specifically tailored for Women-Owned Small Businesses (WOSB). It includes details such as requisition and solicitation numbers, relevant dates, and contact information for inquiries. This solicitation involves a sole source procurement for repair services by Keysight Technologies, Inc., the original equipment manufacturer that ensures specialized calibrations and repairs. The project encompasses the repair of advanced electronic equipment, such as network analyzers and signal generators, along with shipping, handling, and optional repair terms. Delivery is targeted within eight weeks of the award date, with the requirement that all services are performed at a designated government facility in Crane, Indiana. The document highlights the importance of compliance with the Federal Acquisition Regulation (FAR), detailing payment protocols and requirements for submitting invoices via the Wide Area Workflow (WAWF). This solicitation reinforces the federal government’s commitment to supporting small businesses, particularly those owned by women, while maintaining strict procurement guidelines.
    The document provides comprehensive procedures and instructions for preparing and distributing the Wide Area Workflow (WAWF) Receiving Report (RR), WAWF Reparable Receiving Report (RRR), and DD Form 250, related to Government contract quality assurance. It emphasizes that WAWF is required for most Department of Defense contracts, facilitating electronic documentation of acceptance, invoicing, and reporting for quality assurance. The instructions detail applicable preparation protocols, including modes of shipment and consolidation criteria for shipments sent by contractors. It outlines the differentiation in documentation for various shipping scenarios, the necessity of specific forms, and distribution procedures post-shipment. The significance of adhering to detailed quality assurance measures, proper corrective actions, and invoicing terms is also stressed throughout the appendix. The overarching objectives of the document focus on ensuring compliance with defense contracting regulations while enhancing efficiency in material inspection and receiving processes, vital for the successful management of federal procurement operations. This aligns with the broader context of government RFPs and grants by ensuring accountability and quality in goods and services procured under federal contracts.
    The Statement of Work (SOW) outlines requirements for evaluating and repairing various test equipment used in support of the Navy's Airborne Electronic Attack Systems Sustainment Branch. The project involves the repair of specific network analyzers and signal generators to original equipment manufacturer (OEM) specifications, with a completion deadline of July 31, 2025. Government Furnished Property (GFP) may be required for the project, and contractors must adhere to accountability guidelines as outlined in various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) directives. Additionally, measures to prevent counterfeit material and ensure the quality of parts are emphasized. All work will be unclassified, and a technical point of contact is provided for further inquiries. This document serves as a formal request for proposal (RFP) structured to ensure high standards in the repair of critical test equipment vital for Navy operations, reflecting adherence to federal regulations and procurement guidelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SOLE SOURCE – EVALUATION AND REPAIR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking a sole source contractor for evaluation and repair services related to electrical and electronic equipment components. This procurement is justified under the notice type "Justification," indicating that the services are critical and may not be competitively bid. The work will take place in Crane, Indiana, and is essential for maintaining the operational readiness and reliability of the Navy's equipment. Interested parties can reach out to Kelsey Strunk at kelsey.r.strunk.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE – EVALUATION
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure evaluation services under a sole source contract. This opportunity involves maintenance, repair, and rebuilding of electrical and electronic equipment components, as outlined in the justification notice. The selected contractor will play a critical role in ensuring the operational readiness and reliability of essential defense equipment. For further inquiries, interested parties can contact Joshua Tester at joshua.e.tester.civ@us.navy.mil.
    SOLE SOURCE –MAINTENANCE AGREEMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source maintenance agreement for instruments and laboratory equipment. This procurement is justified under the notice type "Justification" and pertains to the maintenance, repair, and rebuilding of critical equipment necessary for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these instruments, which are vital for various defense-related applications. For further inquiries, interested parties can contact Chris Jones at christopher.m.jones405.civ@us.navy.mil.
    SOLE SOURCE – TEST EQUIPMENT MAINTENANCE AND REPAIR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure maintenance and repair services for test equipment on a sole source basis. This procurement is justified under the PSC code J066, which pertains to the maintenance, repair, and rebuilding of instruments and laboratory equipment, highlighting the critical nature of these services for operational readiness. The work will take place in Crane, Indiana, and is essential for ensuring the reliability and functionality of vital test equipment used by the Navy. Interested parties can reach out to Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for further details regarding this opportunity.
    Keysight Simulation View SW Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure a one-year renewal of Keysight Simulation View Software (P/N: Z9500A-RFP-1YR) on a sole-source basis from Keysight Technologies. This procurement is essential for maintaining operational capabilities at the Weapons Division in China Lake, CA, and is aimed at ensuring continued support for simulation applications used in defense operations. The contract will be a firm-fixed-price agreement with delivery scheduled between November 28, 2025, and April 14, 2026, to Point Mugu, CA. Interested vendors must submit their quotes referencing solicitation number N6893626Q5029 by email to Beth Exzabe at beth.a.exzabe.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM) database to be eligible for award consideration.
    16--RSP:RADAR SIGNAL PR, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a Radar Signal Processor (NSN 7R-1680-016503573-RQ) from Northrop Grumman Systems Corp, the sole source provider for this requirement. The procurement involves the repair of one unit, with no available drawings or data for alternative sourcing, emphasizing the necessity for Source Approval Requests from interested parties not already approved to manufacture this material. This contract is critical for maintaining operational capabilities, and interested vendors must submit their capability statements to the primary contact, Jason J. Sklencar, at Jason.J.Sklencar.CIV@US.NAVY.MIL, within 30 days of the notice, with the solicitation expected to be issued on October 22, 2025, and a closing date of November 24, 2025.
    16--RSP:RADAR SIGNAL PR, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a Radar Signal Processor (NSN 7R-1680-016503573-RQ) from Northrop Grumman Systems Corp, the sole source and Original Equipment Manufacturer for this component. The procurement involves the repair of one unit, with no drawings or data available for alternative sourcing, emphasizing the critical nature of this component in military operations. Interested parties are encouraged to submit capability statements or proposals within 30 days of the notice, with the solicitation expected to be issued on October 22, 2025, and a closing date of November 24, 2025. For further inquiries, interested organizations may contact Jason J. Sklencar at jason.j.sklencar.civ@us.navy.mil.
    SOLE SOURCE – VXI CARD AND VOLTMETER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is issuing a sole source justification for the procurement of a VXI card and voltmeter. This equipment is critical for measuring and testing electrical and electronic properties, which are essential for various defense applications. The procurement aims to ensure the availability of specialized instruments that meet the stringent requirements of military operations. Interested parties can reach out to Morgan Helton at morgan.m.helton.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE – INSTRON SERVICE AGREEMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source service agreement for the maintenance and repair of ship and marine equipment. This procurement is justified under the notice type "Justification," indicating that the services are essential and cannot be sourced from multiple vendors. The agreement is crucial for ensuring the operational readiness and reliability of naval equipment, which plays a vital role in national defense. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    Calibration Kit Radio Frequency
    Buyer not available
    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).