Rhode & Schwartz (Brand name or equal) – Calibration and Maintenance Services
ID: RFQ-25-00171Type: Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFOFFICE OF THE SECRETARYDEPT OF COMMERCE ESAWASHINGTON, DC, 20230, USA

NAICS

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

PSC

MISCELLANEOUS ITEMS (9999)
Timeline
    Description

    The Department of Commerce, specifically the National Telecommunications and Information Administration (NTIA), is seeking qualified contractors to provide calibration and maintenance services for Rhode & Schwartz brand products, particularly the CMW 500 and SMBV models. The objective of this procurement is to ensure accurate testing and preventative maintenance of telecommunications equipment, which is vital for NTIA's research and development efforts in telecommunications and information technology. This firm-fixed price contract will follow Federal Acquisition Regulation (FAR) guidelines, with quotes due by May 5, 2025, and questions accepted until April 30, 2025. Interested contractors should direct inquiries to Erika Crawford at ECRAWFORD@DOC.GOV to ensure compliance and avoid competitive disadvantages.

    Point(s) of Contact
    ERIKA CRAWFORD
    ECRAWFORD@DOC.GOV
    Files
    Title
    Posted
    The National Telecommunications and Information Administration (NTIA) is issuing a Request for Quote (RFQ) for calibration and maintenance services focusing on Rhode & Schwartz brand products or equivalents. This procurement follows the Federal Acquisition Regulation (FAR) guidelines and aims to secure a firm-fixed price contract from a responsible contractor. The NAICS code for this service is 334515, related to instrument manufacturing for measuring electricity. Contractors are required to submit detailed quotes by May 5, 2025, including essential vendor information like the Unique Entity Identifier (UEI) and CAGE Code. The evaluation will favor the lowest priced technically acceptable offer, meeting the specified requirements. Questions regarding the RFQ must be submitted electronically by April 30, 2025. All relevant communications should go through designated contacts to prevent competitive disadvantages. This RFQ serves as a formal solicitation for essential calibration and maintenance services critical to NTIA’s operational capabilities.
    The Statement of Work outlines a procurement initiative by the Institute for Telecommunication Sciences (ITS), which supports the National Telecommunications and Information Administration (NTIA) in research and development related to telecommunications and information technology. The primary objective is to procure calibration and maintenance services from Rohde & Schwarz for two specific equipment models: the CMW 500 and SMBV. This calibration is essential for ensuring accurate testing and preventative maintenance. The document specifies both equipment service requirements, including their part numbers and quantities, and notes that the calibration will occur at the manufacturer's facility before the equipment is returned to ITS. Contact details for primary and alternate technical points of contact are provided. The contract type is firm fixed price, suggesting a set total cost for the services to be rendered. Overall, this procurement reflects the government's commitment to maintaining high standards in telecommunications equipment crucial for both policy development and competitive business practices in the U.S. communications sector.
    Lifecycle
    Similar Opportunities
    Sole Source Requirement with Rohde & Schwarz for TAA Compliant Oscilloscopes
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to procure fifteen TAA compliant Rohde & Schwarz RTC1002 digital oscilloscopes along with associated warranty extensions and rackmount adapters on a sole source basis. This procurement is critical for enhancing the Real-Time Telemetry Processing System (RTPS) capabilities in new mission control rooms, ensuring accurate measurement and confirmation of telemetry signals. The selected contractor will be required to deliver the equipment within five weeks of order receipt, with a firm-fixed price contract anticipated. Interested vendors should contact Shannon Canada at shannon.m.canada.civ@us.navy.mil for further details and must submit completed provisions 52.204-24 and 52.204-26 with their quotes to be eligible for consideration.
    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.
    Combined Sources Sought/Notice of Intent to Sole Source: Sub-THz VNA Extenders and Amplifier
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking to noncompetitively acquire Sub-THz VNA extenders and a high-power amplifier to support its CHIPS program focused on high-frequency transistor characterization. The procurement includes specific requirements for WR6.5, WR5.1, and WR3.4 VNA waveguide extenders, as well as a D-band waveguide amplifier, all of which are critical for developing a unique microelectronic measurement setup essential for semiconductor testing. This equipment is vital for enhancing measurement capabilities and accelerating the development of next-generation microelectronic devices. Interested vendors must respond by December 23, 2025, with their capabilities and relevant information to the primary contact, Cielo Ibarra, at cielo.ibarra@nist.gov.
    TERMINAL,VOICE COMM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the TERMINAL, VOICE COMM equipment. The procurement aims to secure a firm-fixed-price contract for the repair services, with a required Repair Turnaround Time (RTAT) of 100 days after receipt of the asset. This equipment is critical for maintaining communication capabilities within the Navy, underscoring its importance in operational readiness. Interested contractors must submit their quotes electronically to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, adhering to the specified requirements and deadlines outlined in the solicitation.
    Preventative Maintenance For Two FOSS NIRS DS2500 and One FOSS Infratec NOVA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for preventative maintenance services for two FOSS NIRS DS2500 instruments and one FOSS Infratec NOVA instrument over a 12-month period. The objective is to ensure the proper functioning and accuracy of these critical analytical tools, which are essential for monitoring and validating Near Infrared Reflectance (NIR) calibrations. The contract will be awarded based on the lowest price technically acceptable offer, with all responsible sources encouraged to submit their quotations by the deadline of December 12, 2025, at 5:00 PM Mountain Time. Interested parties can direct inquiries to Amber Sampson at amber.sampson@usda.gov or by phone at 970-851-3730.
    NIIN: 01-560-2895/ NOMEN: RECEIVER-TRANSMITTE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of a Receiver-Transmitter, identified by NIIN: 01-560-2895. Contractors are required to submit a quote that includes either a firm-fixed price or time and materials pricing, along with estimated costs for the repair of this item. This procurement is crucial as it pertains to radar equipment used in airborne applications, which plays a vital role in navigation and detection systems. Interested contractors should direct their inquiries to Kate N. Schalck at KATE.N.SCHALCK.CIV@US.NAVY.MIL, as the government will consider proposals upon receipt for contract issuance.
    ANTENNA CONTROL SUB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the Antenna Control Sub, under the NAVSUP Weapon Systems Support Mechanical office. The procurement aims to establish a contract for the repair services, requiring a Repair Turnaround Time (RTAT) of 300 days, with all repairs to be conducted in accordance with the contractor's standard practices and the government's specifications. This equipment is critical for military communications and operational effectiveness, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes via NECO or email, and for further inquiries, they can contact Owen McNamara at 215-697-3473 or via email at OWEN.M.MCNAMARA2.CIV@US.NAVY.MIL.
    RADIO FREQUENCY MAN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the Radio Frequency Man under a federal contract. The procurement requires firms to provide a firm-fixed price for the repair services, adhering to specific requirements such as MIL-STD packaging, government source inspection, and a Repair Turnaround Time (RTAT) of 135 days after receipt of the asset. This contract is crucial for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors must submit their quotes electronically to Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days and compliance with various regulatory requirements outlined in the solicitation.
    Sources Sought Notice for Continuous Wave Parametric Oscillator (CW OPO) Laser System
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking information regarding a Continuous Wave Parametric Oscillator (CW OPO) Laser System to fulfill specific technical requirements. The desired system must include a pump laser, signal and idler laser outputs with defined tunable ranges and power, control electronics compatible with U.S. power and Windows PCs, as well as a high-accuracy wavelength meter and stabilization controls. This procurement is crucial for advancing analytical laboratory capabilities, and interested vendors are encouraged to submit their company details, equipment specifications, and service offerings by email to Forest Crumpler at forest.crumpler@nist.gov by October 31, 2022. This notice serves as market research and does not constitute a solicitation or commitment to award a contract.
    REMOTE CONTROL UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a Remote Control Unit. The procurement requires contractors to provide firm-fixed prices for the repair services, adhering to specific turnaround times and quality assurance standards, including compliance with MIL-STD packaging and government inspection protocols. This equipment is critical for military operations, and the selected contractor must be an authorized repair source, with a requested repair turnaround time of 126 days after asset receipt. Interested parties should submit their quotes and any necessary certifications via email to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, with the solicitation details emphasizing the importance of timely and compliant submissions.