Letterkenny Munitions Center, Off-site repairs to Rhode & Schwarz, Fluke, PXIE -5172, Tektronix oscilloscope,
ID: W911N225Q0018Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting proposals for off-site repair services for various oscilloscope equipment, including models from Rhode & Schwarz, Fluke, and Tektronix, at the Letterkenny Munitions Center in Chambersburg, Pennsylvania. The procurement aims to ensure the calibration and maintenance of critical instruments used for measuring and testing electrical signals, which are essential for operational efficiency within military operations. This opportunity is set aside for small businesses, particularly those that are service-disabled veteran-owned, with proposals due by 1:00 PM on April 18, 2025. Interested offerors can direct inquiries to David T. Serotkin at david.t.serotkin.civ@army.mil or by phone at 717-267-5372 for further details regarding the solicitation process and requirements.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 4:05 PM UTC
The document outlines the ongoing transition to the Army Contract Writing System (ACWS), which aims to modernize solicitation and contract writing processes for the Army Contracting Enterprise globally. During this transition, offerors are informed that the contracting office may utilize various contract writing systems, leading to potential discrepancies in offer submission instructions and document formats. Offerors must carefully review all documents for changes and report any issues affecting eligibility or contract performance to the Contracting Officer. The government emphasizes that no substantive changes to solicitation or award terms will occur without explicit prior notice, and any errors will be rectified through bilateral modifications at no cost. In cases of network issues or system errors, alternative mechanisms may be employed to ensure timely award and execution of contracts, maintaining compliance with the original solicitation terms. The document serves as a guide for offerors to navigate the changes and uphold their contractual agreements during this transition phase, reinforcing the Army's commitment to transparency and accuracy in contract management.
Mar 31, 2025, 4:05 PM UTC
The government file pertains to a Request for Proposals (RFP) for the repair, calibration, and warranty services of various oscilloscope equipment from multiple manufacturers, including Tektronix and Fluke. The document outlines the Performance Work Statement (PWS), specifying the types and quantities of equipment, as well as the required warranty conditions. A comprehensive pricing structure is expected, consolidating costs for repairs, calibrations, and warranties into a single total price. Notably, a 12-month warranty or the highest industry standard warranty is mandated for all involved parts and labor. The equipment listed includes several models of Digital Phosphor Oscilloscopes and handheld scope meters, illustrating the scope of the services requested. The structured request emphasizes the importance of longevity and reliability in the maintenance of advanced technical equipment critical for operational efficiency. The RFP's focus is on ensuring thorough service support with robust warranties to facilitate effective equipment management over time.
Mar 31, 2025, 4:05 PM UTC
Mar 31, 2025, 4:05 PM UTC
This document outlines essential guidelines for Offerors participating in federal contract awards, emphasizing the requirements of the System for Award Management (SAM). Registration in SAM is mandatory for eligibility, including recent notarized letter submissions for new registrations and renewals. Offerors must complete electronic annual representations and certifications in SAM, and questions must be directed to the Contracting Officer, Thomas C. Hall, within a specified time frame. The government intends to make award decisions without discussions, urging Offerors to submit competitive initial offers. Proposals must adhere to amendment submissions, payment procedures through Electronic Funds Transfer, and be valid for 60 calendar days. It is crucial that proposals are signed by an authorized representative and marked as proprietary if necessary. Additionally, a Wage Determination is referenced for adherence to wage standards. This document serves as a clear notification of the procurement process and compliance requirements to enhance transparency and efficiency in government contracting.
Mar 31, 2025, 4:05 PM UTC
The document is a Request for Proposals (RFP) issued by the U.S. government for calibration and off-site repair services at the Letterkenny Army Depot, focusing on equipment listed in the Performance Work Statement. The offer due date is April 18, 2025, and the acquisition is set aside for small businesses, specifically those that are service-disabled veteran-owned. The RFP includes instructions for submission, evaluation criteria, and clauses related to telecommunications and associated service prohibitions. The major components include two Contract Line Item Numbers (CLINs): one for repair services provided under a Firm-Fixed-Price (FFP) arrangement, and another for parts and materials under a Time-and-Materials (T&M) contract, which will be billed as actuals. The document also stipulates inspection and acceptance procedures, delivery information, and additional clauses the contractor must adhere to. All submissions must include specific representations and certifications regarding compliance, including those related to telecommunications equipment, ensuring adherence to FAR regulations. The evaluation will be based on technical acceptability, capability statements, and pricing, with a preference for the lowest-priced, technically acceptable offer. The structured format of the RFP highlights compliance requirements, essential services, and expected performance standards from potential contractors.
Mar 18, 2025, 4:07 PM UTC
The Letterkenny Army Depot plans to issue a Hybrid Firm Fixed Price (FFP) Contract with Time & Material (T&M) components for off-site repair services on Oscilloscope Units at the Letterkenny Munitions Center (LEMC). The contract includes a one-year base period and two option years, with a focus on small business participation. The relevant NAICS code is 334515, related to Instrument Manufacturing for Measuring and Testing Electricity, with a size standard of 750 employees. The solicitation number W911N2-25-Q-0018 is expected to be released around April 2, 2025, closing around April 19, 2025. Interested parties can download the solicitation from the System for Award Management (SAM) website. Registration in the SAM Database is required to be eligible for a government contract. Inquiries can be directed to David Serotkin via email. This notice serves informational purposes and does not obligate the government to award a contract.
Similar Opportunities
Test Equipment Calibration at Letterkenny Army Depot (LEAD)
Buyer not available
The Department of Defense, through the Army Contracting Command at Letterkenny Army Depot (LEAD), is seeking sources capable of providing test equipment calibration services. This opportunity involves the calibration and repair of test equipment in support of the U.S. Army's Test, Measurement, and Diagnostic Equipment (TMDE) needs, adhering to ISO/IEC 17025:2017 standards. The contract is critical for maintaining the operational readiness and accuracy of Army test equipment, with a base period from October 1, 2025, to September 30, 2026, and two optional extensions. Interested vendors must submit their capabilities statements to Megan Smith and Bobie J. Burkett by April 28, 2025, at 1:00 P.M. Eastern Time, and ensure they are registered in the Government System for Award Management (SAM).
66--CALIBRATOR,FREQUENC, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of frequency calibrators. The procurement aims to ensure the operational readiness of these critical electronic testing instruments, which are essential for maintaining the accuracy of various military equipment. Interested contractors are required to provide a firm-fixed-price quote, including a Repair Turnaround Time (RTAT) of 156.037 days, and must comply with specific quality assurance and inspection standards as outlined in the solicitation. For further details, potential bidders can contact Sarah R. Haley at 717-605-3550 or via email at SARAH.R.HALEY2.CIV@US.NAVY.MIL.
SERVICE PLAN FOR PREVENTATIVE MAINTENANCE AND CALIBRATION OF METTLER-TOLEDO LAB EQUIPMENT
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a service plan for the preventative maintenance and calibration of government-owned Mettler-Toledo laboratory equipment. This procurement involves a sole source contract with Mettler-Toledo, LLC, and includes comprehensive service agreements for repair and calibration of specific analytical instruments over a period from May 2025 to May 2027. The contract emphasizes compliance with Federal Acquisition Regulations, particularly supporting small businesses, and requires contractors to be registered in the System for Award Management (SAM). Interested vendors must submit their offers via email to Shelby Craig by 1:00 PM Eastern Time on April 11, 2025, with the solicitation number N00164-25-Q-0603 available for reference.
66--FIELD FOX 50GHZ
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the FIELD FOX 50GHz, a specialized electrical and electronic properties measuring and testing instrument. The contract will require the manufacture and quality assurance of these instruments, which are critical for various defense applications, including electronic warfare and radar testing. Interested vendors must ensure compliance with specific design and quality standards, including the provision of authorized distributor documentation if applicable. For inquiries, potential bidders can contact James E. Lewis at 717-605-7403 or via email at JAMES.E.LEWIS5@NAVY.MIL. The solicitation details and requirements are outlined in the contract documents, and interested parties should respond promptly to meet the procurement timeline.
West Region Sites Scale Calibration Repair & Maintenance
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified small businesses to provide Scale Calibration Repair and Maintenance services for its West Region sites, including locations in California, Washington, and Arizona. The procurement involves a Firm Fixed-Price contract for annual preventive and corrective maintenance of various industrial scales used to weigh military-related materials, ensuring compliance with OEM and NIST standards. This contract is crucial for maintaining operational efficiency and reliability in military logistics operations, with a total contract duration of three years, comprising one base period and two optional periods. Interested vendors must submit their quotes by 1:00 PM EST on April 17, 2025, to June Lee at june.lee@dla.mil, and are encouraged to address any questions by April 10, 2025.
Repair of the fixed Attenuator used in the MWD AN/FPS-132 UEWR radar - NSN 5895-01-053-6204
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of fixed attenuators used in the MWD AN/FPS-132 UEWR radar, identified by National Stock Number (NSN) 5895-01-053-6204. The procurement involves a total small business set-aside for the inspection, testing, and repair of these critical components, which are essential for military operations and require adherence to stringent technical specifications and quality standards. The selected contractor will be responsible for conducting a Test, Teardown, and Evaluation (TT&E) followed by necessary repairs, ensuring compliance with environmental and safety regulations throughout the process. Interested parties should direct inquiries and proposals to Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL, with a proposal submission deadline to be confirmed in the solicitation documents.
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.
9721-A Secondary Calibration System
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information from potential suppliers for the procurement of a 9721-A Secondary Calibration System. This system is essential for accurately calibrating laboratory-grade microphones and includes various hardware components, mains cables for different regions, technical documentation, and calibration software, along with support agreements for installation and training. The procurement is critical for maintaining precise audio measurement capabilities that support military operations, with delivery expected at Redstone Arsenal, Alabama. Interested parties are invited to submit white papers detailing their capabilities by April 16, 2025, to the designated contacts, Taylor Siskoff and Lisa Armes, via email.
Handheld spectrum analyzers
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of handheld spectrum analyzers and directional antenna packages, aimed at enhancing telecommunications capabilities for government operations. The requirement includes five handheld spectrum analyzers that must operate within a frequency range of 9kHz to 3.6GHz, along with five directional antenna packages functioning from 8.3 kHz to 8 GHz, both to be delivered without installation. This procurement is critical for ensuring compliance with technical standards in spectrum management and signal analysis, supporting the government's operational needs. Interested small businesses are encouraged to contact Eric Dismuke at eric.dismuke.1@us.af.mil or 228-377-1820, or Kimberley L. Alvarez at kimberley.alvarez.1@us.af.mil or 228-377-1837 for further details regarding the solicitation.
Calibration and PM Service
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is preparing to solicit a contract for calibration and preventative maintenance services for specialized testing equipment at its Product Test Center in Philadelphia, Pennsylvania. The contract will focus on the upkeep of six specific instruments, including the Digital Elmendorf Tearing Testers and Air Permeability Tester, ensuring compliance with ISO 9001:2015 quality standards. This procurement is vital for maintaining the DLA's testing capabilities and underscores the importance of reliable vendor support in government operations. Interested parties can reach out to Blair Hartley at Blair.Hartley@dla.mil or call 614-692-6274 for further information, with the solicitation expected to be posted at a later date.