Repair and Calibration for 3.5MM ECAL Module 26.5 GHZ
ID: 50913507Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, 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, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), intends to award a sole-source contract to Keysight Technologies Inc. for the repair and calibration of the Keysight Model N4691B 3.5MM ECAL Module 26.5 GHZ, 2 PORT. This non-personal services contract is critical for maintaining the operational integrity of electronic and microwave measuring equipment essential to the support of Naval Fleet Forces, ensuring safety and efficiency across multiple locations, including San Diego, Everett, and Japan. The contract period is set from May 20, 2025, to July 13, 2025, and interested parties must submit their capability documentation by April 21, 2025, to Nathan Grimm at nathan.c.grimm.civ@us.navy.mil or Jacqueline Edgerton at jacqueline.f.edgerton.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This memorandum addresses the use of other than full and open competition for an acquisition that falls under the Simplified Acquisition Threshold, specifically for the OEM repair and calibration of a Keysight Model 3.5MM ECAL Module. The contracting officer justifies soliciting only one source, Keysight, for this requirement due to their proprietary rights and the exclusive licensing agreements they hold as the original equipment manufacturer (OEM). The necessity of using OEM parts is emphasized, stating that alternative sources could compromise the integrity of shipyard equipment and potentially disrupt project timelines critical to Naval Fleet Forces. The document outlines that this sole-source acquisition is essential for operational safety and efficiency in microwave measuring equipment across several locations, underscoring the urgency of meeting the performance expectations. Overall, the memorandum supports the decision to limit competition in favor of ensuring the reliability and safety of government operations.
    The Performance Work Statement (PWS) outlines a federal government contract for repair and calibration services for Keysight Model N4691B Equipment, specifically for the Puget Sound Naval Shipyard (PSNS) Calibration Lab. Keysight, the primary contractor, must provide all necessary resources to meet original equipment manufacturer (OEM) specifications while taking full responsibility for the service quality and ensuring all work aligns with contract standards. The contract period is set from May 20, 2025, to July 13, 2025, with strict quality control measures in place. The contractor will handle repairs and calibrations at designated Keysight facilities, returning equipment with necessary calibration certificates to PSNS post-service. In cases of unrepairable equipment, a designated subject matter expert will provide guidance for further action. The contract emphasizes relationships with government representatives, including the Contracting Officer and Contracting Officer Representative, to oversee compliance and performance. It establishes clear policies regarding intellectual property rights, security protocols, and contractor responsibilities. The document serves as a comprehensive guide for ensuring that technical services align with government standards, safeguarding both equipment and taxpayer interests.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Calibration and Repair Support Services
    Dept Of Defense
    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.
    ANNUAL SOFTWARE RENEWAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to renew the N7800A-U1R Test Management Environment (TME) Calibration Software application for the Norfolk Naval Shipyard located in Portsmouth, Virginia. This procurement involves the renewal of a perpetual license for business application software categorized under IT and Telecom, which is crucial for maintaining the operational capabilities of the shipyard's testing environment. Interested vendors can reach out to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-406-5526 for further details regarding this opportunity. The contract is classified as a justification notice, indicating it may not be open to full and open competition.
    Combined Sources Sought/Notice of Intent to Sole Source: Repair Keysight model 5227A Vector-Network-Analyzer
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to noncompetitively acquire repair services for a Keysight model 5227A Vector-Network-Analyzer. The repair is critical due to the analyzer's failure to output microwaves at certain frequencies, which hinders essential measurements for the CHIPS project, impacting the characterization of magnetic materials. Keysight Technologies is the sole provider capable of performing these repairs due to proprietary components and procedures, and the acquisition must be completed within the current fiscal year to meet project timelines. Interested parties should direct inquiries to Cielo Ibarra at cielo.ibarra@nist.gov by December 12, 2025, and responses to the notice are due by December 23, 2025, at 5:00 PM ET.
    Calibration Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Corona Division, is seeking to procure calibration services through a sole source Firm Fixed Price (FFP) contract with TSI Incorporated. This procurement is aimed at fulfilling an all-or-none requirement for testing laboratories and services, which are critical for maintaining the operational readiness of electrical and electronic equipment components. Interested parties must submit their capability statements electronically by the specified deadline, and all submissions must comply with the requirements outlined in the solicitation. For further inquiries, interested vendors can contact Ashley Briseno at ashley.m.briseno.civ@us.navy.mil.
    Equipment Calibration and Software/Hardware Service Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army's 646th Support Detachment, is seeking to establish a sole source contract for equipment calibration and software/hardware services. This procurement is aimed at maintaining and repairing vehicular equipment components, which are critical for operational readiness and efficiency. The justification for this sole source contract has been documented and is available for review in the attached file. Interested parties can reach out to Yun P. Hong at yun.p.hong.civ@army.mil or by phone at 05033635685 for further details regarding this opportunity.
    Time Tagger
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Time Tagger system and software from Swabian Instruments. The primary requirements include advanced technical specifications such as a maximum RMS jitter of two picoseconds, a minimum of four input channels upgradable to at least twelve, and a data transfer rate of 80 million tags per second, scalable to 1200 million tags per second using FPGA technology. This procurement is critical for enhancing research capabilities in quantum optics and ensuring compatibility with existing systems, with an estimated acquisition cost between $10,000 and $250,000. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the closing date of December 20, 2025.
    58--COMPARATOR MODULE,S, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    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.
    AMPLIFIER,ELECTROHY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of the AMPLIFIER, ELECTROHY, under a fixed-price contract. The procurement requires contractors to meet specific operational and functional requirements, ensuring compliance with quality standards and government inspection protocols. This equipment is critical for naval operations, necessitating adherence to stringent guidelines, including the prohibition of mercury contamination. Interested contractors should submit their quotes, including pricing and repair turnaround time, to Tyreese C. Smith at TYREESE.C.SMITH.CIV@US.NAVY.MIL or by phone at 717-605-5937, with the contract award anticipated to follow the acceptance of bids.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    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.