SOLE SOURCE – EVALUATION / REPAIR / CALIBRATION OF KEYSIGHT TECHNOLOGIES INC.EQUIPMENT
ID: N0016425Q0610Type: 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 contractor for the evaluation, repair, and calibration of specific equipment manufactured by Keysight Technologies, Inc. This procurement includes the AGILENT PSG Analog Signal Generator, Digital Storage Oscilloscope, and HP Spectrum Analyzer, all of which must adhere to the original manufacturer's specifications due to proprietary constraints. The contract emphasizes the necessity of using the OEM for these services, as Keysight Technologies is the only source capable of providing the required expertise and technical data for calibration and repair. Interested vendors must submit their capability statements by April 30, 2025, at 4:00 PM Eastern Time, and can direct inquiries to Mark Swartzentruber at mark.r.swartzentruber.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal request for proposal (RFP) regarding a sole source procurement for the repair and calibration of specific electronic equipment from Keysight Technologies, Inc. The services covered include the AGILENT PSG Analog Signal Generator, Digital Storage Oscilloscope, and HP Spectrum Analyzer, which must meet manufacturer specifications. The contractor is responsible for providing repair, labor, materials, documentation, and calibration data, particularly adhering to Navy MET/CAL Department requirements. The contract emphasizes the necessity of using the original equipment manufacturer (OEM) due to proprietary constraints, and all technical data generated during the procurement will belong to the government. The delivery schedule spans from May 1, 2025, to June 30, 2025, with all work to be accomplished at NSWC Crane, IN. Requirements for inspections, contractor responsibilities, and payment procedures are also detailed, ensuring that the contractor is well-informed of their obligations and expectations in compliance with federal regulations. Overall, the document serves to guide contractors in the proposal and contract execution phases for this specialized procurement.
    The file appears to be an inaccessible document related to federal government RFPs, grants, and state/local RFPs, indicating potential issues with PDF viewing. As such, it lacks substantive content for summary extraction. In general, federal RFPs outline project needs and solicit proposals from organizations to meet specific funding requirements or service objectives, while federal grants provide financial support for various initiatives under defined terms. State and local RFPs follow similar procedures tailored to regional priorities. In evaluating such documents, analysts look for clear objectives, funding limits, eligibility requirements, and deadlines to gauge project feasibility and alignment with government goals. Future decisions should consider grant limitations and RFP stipulations to ensure compliance and optimization of available resources.
    The document presents a Contract Data Requirements List (CDRL) for a calibration certificate to be included with delivered units under a pending contract. It outlines essential details such as the requiring office (NSWC Crane WXP), the title of the data item, references to relevant regulations, and the frequency of submission (one-time). The calibration certificate must be submitted electronically in Microsoft Word or Adobe PDF format to a specified email address. The distribution statement indicates that the document is approved for public release. The instructions section clarifies how to complete the form, with guidance on categorizing data items, specifying contract references, and estimating costs associated with data development. It categorizes data into four groups based on their importance and associated costs for the contractor, from non-essential data to those developed through normal operations. This CDRL serves as a formalized requirement within the context of government contracts, ensuring compliance and quality in data deliverables which are crucial for operational effectiveness in government-funded projects.
    The document is a Contract Data Requirements List (CDRL) detailing the submission requirements for an Acceptance Test Report (ATR) related to calibration efforts under a federal contract. It outlines several key aspects, including a specified data item number (A003) and an authority reference (DI-QCIC-81891). The contractor is tasked with providing the ATR for each calibrated piece of equipment, which must be packaged with the delivered units. The submission should be made electronically in specified formats to designated government personnel. Key points include the required frequency of submission (one-time), the need for a distribution statement indicating approved public release, and requirements for inspection and approval by government authorities. Additionally, the document provides instructions for both government personnel and contractors regarding proper completion and pricing categories for data items. The pricing groups categorize data based on how essential they are to the primary contract work. This document serves as a guide to ensure compliance and proper submission of technical data in accordance with government contract standards.
    The document outlines procedures and instructions for the preparation, use, and distribution of the Wide Area Workflow (WAWF) Receiving Report (RR), WAWF Reparable Receiving Report (RRR), and related forms required for government contract quality assurance, specifically within the Department of Defense (DoD) framework. It details the applications of these electronic reports as substitutes for the traditional DD Form 250, focusing on capturing quality control data, acceptance documentation, and invoicing functionalities. Key sections include preparation instructions for shipments, modes of shipment codes, receiving instructions, and correction guidelines. It emphasizes that most DoD contracts now necessitate submissions through WAWF, streamlining electronic invoicing and the tracking of unique items, thereby improving efficiency in contract management. Also covered are specific shipping consolidation rules, multiple consignee instructions, and the required documentation for various shipment types, including bulk petroleum and coal transfers. This appendix serves as a comprehensive guide to ensure adherence to federal regulations during shipment processing, reflecting the government's commitment to maintain strict quality standards and procedural clarity in procurement and contracts administration.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SOLE SOURCE –MAINTENANCE AGREEMENT
    Dept Of Defense
    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 – EVALUATION AND REPAIR
    Dept Of Defense
    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.
    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.
    SOLE SOURCE – VXI CARD AND VOLTMETER
    Dept Of Defense
    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 – TEST EQUIPMENT MAINTENANCE AND REPAIR
    Dept Of Defense
    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.
    SOLE SOURCE – EVALUATION
    Dept Of Defense
    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 – INSTRON SERVICE AGREEMENT
    Dept Of Defense
    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
    Dept Of Defense
    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).
    MERIDIAN IV MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting a sole-source contract for the maintenance of the Meridian IV Microscope and associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an updated closing date of December 15, 2025, at 4:00 PM Eastern Time, and interested vendors must submit their offers via email to Cierra Vaughn at cierra.n.vaughn2.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    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.