Vacuum Sensor Calibrators
ID: N6426725R6500Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERNORCO, CA, 92860, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center, is seeking information regarding the procurement of Vacuum Sensor Calibrators (VSCs) to support the Naval Air Systems Command's Metrology and Calibration (METCAL) program. The objective is to acquire commercially available VSCs that will enhance calibration capabilities for various vacuum sensing equipment, with a focus on replacing existing units to ensure operational efficiency and compliance with calibration standards. This procurement is critical for maintaining the integrity of military operations, as it supports the calibration of instruments essential for accurate measurements in defense applications. Interested contractors are encouraged to submit a Capability Statement by contacting Brian Staub at BRIAN.A.STAUB2.CIV@US.NAVY.MIL or Kandi Hsin at kandi.y.hsin.civ@us.navy.mil, with the anticipated Request for Proposal (RFP) expected to be issued in June 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Calibration Standards Specification (CSS) for a Vacuum Sensor Calibrator (VSC) intended for use in Navy shore-based laboratories. The VSC is designed to calibrate vacuum sensor arrays and must meet minimum requirements specified for operational efficiency, safety, and environmental compliance. The document details the design, construction, equipment components, electrical specifications, and maintenance requirements, emphasizing the need for commercial-off-the-shelf items where possible. Key points include requirements for power sources, environmental stability, and safety adherence to international standards (IEC 61010-1). The VSC is categorized under Class 4 equipment, indicating resilience to severe environmental conditions. Additionally, it covers specifics on parts interchangeability, restricted materials, operator accessibility, and performance criteria for vacuum measurement and calibration accuracy. The purpose of the document is to guide procurement for the Navy's metrology and calibration program, ensuring effective and safe calibration of instruments that support military operations while maintaining compliance with federal and defense standards. The comprehensive nature of the specifications ensures that the VSC adheres to operational, safety, and environmental standards necessary for government contracts.
    The document is a draft of the DD Form 1423-1, a Contract Data Requirements List (CDRL) used by the Department of Defense (DoD) for contracting purposes. It outlines the requirements for submitting a Calibration Report associated with a Vacuum Sensor Calibrator, detailing various sections such as contractor information, data item specifications, distribution statements, and submission timelines. Central to the document is the necessity for government approval of the calibration data format and the frequency of submissions, which must be adhered to prior to the Initial Operation Capability (IOC) of the system. It specifies the submission will be in electronic format and allows for preparatory drafts to be reviewed by government officials. The Distinction and categories for data items are also defined, including instructions on estimating costs tied to data submission. This standardized approach is crucial for ensuring the quality and compliance of technical data provided under federal contracts, reflecting the DoD's commitment to maintaining rigorous standards in procurement processes.
    The document consists of a draft DD Form 1423-1, detailing the Contract Data Requirements List (CDRL) for the Vacuum Sensor Calibrator project under the Department of Defense. It outlines the necessary data items required by the contractor, including a mandatory Instrument Calibration Procedure, which requires government approval. The form stipulates timelines for preliminary drafts and final submissions, emphasizing government review within set timeframes. The distribution requirements for documentation are specified, alongside guidelines for acceptable formats. Key purposes of the CDRL include ensuring contractual compliance, defining inspection requirements, and detailing submittal frequencies. It also includes comments on categorizing data types, with distinct classifications based on their relevance to contract performance. The form underscores the importance of government oversight and the contractor's obligation to submit proper documentation within pre-defined intervals, ensuring quality and adherence to standards. Overall, this draft serves as an essential guide for contractors involved in federal projects, clarifying submission processes and requirements while supporting effective government contracting practices.
    The document is a draft of the DD Form 1423-1, a Contract Data Requirements List used in government contracting, particularly within the Department of Defense. It outlines specific requirements for data items related to a contract, such as the Vacuum Sensor Calibrator mentioned. Key components include defining the data item's purpose, category, and required submissions, including Software Version Descriptions. The contractor must submit software updates for government approval 15 days prior to installation, ensuring consistency across calibration standards. The form specifies distribution guidelines, submission formats, and responsibilities for both government personnel and contractors, emphasizing compliance with established military specifications and standards. The DD Form 1423-1 facilitates communication between the government and contractors regarding data deliverables, thereby streamlining contract management and maintaining operational integrity.
    The document outlines the DD Form 1423-1, a Contract Data Requirements List, which is used to specify data items necessary for government contracts, particularly within the Department of Defense. It details submission requirements, data type categories such as Technical Data Package (TDP) and Technical Manuals (TM), as well as specific instructions for contractors. Key information includes the necessity for software/firmware change requests to be submitted prior to the initial operating capability of systems, along with requirements for frequency and distribution of these submissions. Additionally, the form emphasizes electronic submission preferences and outlines how data items will be coded with price groups to reflect their significance and cost estimation for government contracting. It ensures clarity on aspects like distribution statements, inspection requirements, and submission timelines. The structure serves as a guide for both government personnel and contractors to manage data submissions effectively and comply with government standards, ultimately supporting the integrity of contract performance and documentation. This process is critical to align contractor deliverables with government objectives and operational needs.
    The document is a draft version of DD Form 1423-1, a Contract Data Requirements List (CDRL) used by the Department of Defense. It outlines the requirements for submitting specific data items related to government contracts, particularly concerning a "Vacuum Sensor Calibrator." Key components include the contractor's obligation to provide a Repairable Parts List, with deadlines for drafts and final submissions before the system's Initial Operating Capability (IOC). The document emphasizes the need for government approval of data formats and submittals, specifying distribution statements and submission formats, including electronic formats. The form also describes various group price categories related to data item development costs, ensuring contractors understand the financial implications of these requirements. Overall, this CDRL aims to standardize and streamline data item submissions, ensuring compliance with defense contracting obligations while maintaining accurate tracking of deliverables and approvals.
    The DD Form 1423-1 serves as the Contract Data Requirements List for federal contracts, particularly concerning the submission of technical data and manuals related to the procurement of a Vacuum Sensor Calibrator. This document outlines necessary data items, including submission frequencies, required approvals, and distribution statements essential for maintaining operational and safety standards. Specifically, it mandates a preliminary draft of the operator/service manual to be submitted for government review 30 days prior to acceptance testing, with subsequent revisions incorporated before the system's Initial Operating Capability (IOC). The document emphasizes the importance of compliance with Defense Acquisition directives on technical data rights and submission formats, advocating for electronic submissions while detailing the distribution of manuals with each unit delivered. The guidance also specifies the classification of required data under various price groups, ensuring costs align with the data's significance to the contract's execution. Overall, this form is crucial for ensuring that contractors meet U.S. Government requirements for technical documentation related to the supplied commercial items.
    The Naval Air Systems Command (NAVAIR) requires procurement of commercially available Vacuum Sensor Calibrators (VSCs) as part of its Metrology and Calibration (METCAL) program, under a two-year Indefinite Delivery Indefinite Quantity (IDIQ) Contract. The objective is to replace the existing VSCs to enhance capabilities and support calibration for various vacuum sensing equipment used in vacuum furnaces. A minimum of one and up to seven VSCs will be procured following Calibration Standards Specification FY20-JAX-0001, with deliverables including operator manuals, calibration certifications, and a training syllabus for ten personnel. The contractor is obliged to provide a comprehensive set of logistical documents, including software descriptions, repairable parts lists, and warranties, indicating support for the equipment. A three-day training course focusing on preventative maintenance and troubleshooting is also required. This procurement aligns with government standards for maintenance and service processes, ensuring robust operational capabilities within NAVAIR’s calibration efforts.
    The Naval Air Systems Command (NAVAIR) is seeking information on the procurement of a commercially available Vacuum Sensor Calibrator (VSC) to enhance capabilities and ensure comprehensive life-cycle support. This Sources Sought Notice indicates that the primary North American Industry Classification System (NAICS) code is 334519, which pertains to Other Measuring and Controlling Device Manufacturing. The contract is anticipated to be a Firm-Fixed-Price indefinite-delivery, indefinite-quantity (IDIQ) for a duration of two years post-award. Interested contractors must submit a Capability Statement that outlines their ability to manage tasks specified in the Draft Statement of Work (SOW), demonstrate technical approaches for fulfilling the requirements, and illustrate their capacity to act as the Prime Offeror. Responses will be evaluated based solely on the information provided in the Capability Statement. Importantly, this notice is not a Request for Proposal and does not obligate the government to award any contracts. It is primarily informational, aimed at gathering insights from potential contractors concerning the VSC procurement. Responses can be submitted via email to the designated Navy contact. The document includes several draft documents related to the SOW, calibration certification, and maintenance of the VSC.
    Lifecycle
    Title
    Type
    Vacuum Sensor Calibrators
    Currently viewing
    Sources Sought
    Similar Opportunities
    TRANSDUCER ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the manufacture of a Transducer Assembly, which is critical for measuring and controlling industrial process variables. This procurement requires compliance with specific quality assurance standards and includes detailed requirements for inspection, packaging, and marking, particularly emphasizing the prohibition of mercury contamination due to the assembly's intended use on submarines and surface ships. Interested vendors must submit their proposals by December 19, 2025, and are encouraged to contact Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL for further information regarding the solicitation.
    66--GAGE,PRESSURE,DIAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 14 units of a pressure gauge (NSN 1H-6685-007995783-X5) under a presolicitation notice. The procurement is intended for a specific part for which the Government does not own the necessary data or rights for alternative sourcing, making it uneconomical to reverse engineer or purchase data from other sources. Interested parties have 45 days to express their interest and capability to fulfill this requirement, although the Government reserves the right to proceed with a sole-source contract under FAR 6.302-1. For further inquiries, potential vendors can contact Melissa A. Furness at (771) 229-0075 or via email at MELISSA.FURNESS@NAVY.MIL.
    SENSOR,LIQUID LEVEL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of liquid level sensors. This contract requires the manufacture and supply of sensors that meet specific quality and design standards, particularly for use in submarines and surface ships, emphasizing the need for mercury-free materials. The procurement is critical for ensuring the operational readiness and safety of naval vessels, with all items subject to rigorous inspection and compliance requirements. Interested vendors should direct inquiries to Jeremy Crow at jeremy.crow@dla.mil, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    Calibration and Repair Support Services
    Dept Of Defense
    The Department of Defense, through 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 specifically aimed at contractors who hold a Seaport-NXG Multiple Award Contract, emphasizing the importance of specialized engineering services in supporting the Navy's Research, Development, Test and Evaluation (RDTE) components. Interested parties can reach out to primary contact Daniel Belcher at daniel.c.belcher3.civ@us.navy.mil or by phone at 540-487-5799, or secondary contact Alana Clifford at alana.n.clifford.civ@us.navy.mil or 540-706-9653 for further details regarding the solicitation process.
    Magnification Check Kits
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for Magnification Check Kits (MCK) under a total small business set-aside contract. The procurement includes a base quantity of one MCK with options for five additional units, all of which must comply with Calibration Standards Specification JAX-0007, and also includes onsite training for maintenance and repair for up to ten personnel. These kits are crucial for calibrating optical comparators used by Navy personnel in both shore-based laboratories and on-site applications, ensuring precision in measurement and compliance with military standards. Interested vendors must submit their quotations electronically by December 19, 2025, and can direct inquiries to Julia Hunt at julia.m.hunt3.civ@us.navy.mil.
    PRESSURE GUAGE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of pressure gauges. This procurement aims to acquire commercial products that meet specific technical and quality requirements, ensuring compliance with military specifications and standards. The pressure gauges are critical for measuring, displaying, and controlling industrial process variables, which are essential for various defense operations. Interested vendors should contact Melissa Furness at 771-229-0075 or via email at MELISSA.FURNESS@NAVY.MIL for further details, and they should be prepared to submit their quotes within 60 days of the closing date indicated in the solicitation.
    RODMETER,UNDERWATER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of underwater rodmeters. This contract requires the manufacture and supply of rodmeters that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These navigational instruments are critical for various defense applications, ensuring operational readiness and effectiveness in underwater environments. Interested vendors must submit their quotes electronically to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, including detailed pricing, delivery timelines, and proof of authorization as a distributor. The solicitation emphasizes a firm-fixed price structure and requires responses within a specified timeframe.
    66--PRESSURE TESTER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a pressure tester, categorized under the NAICS code 334513, which pertains to instruments and related products manufacturing for measuring, displaying, and controlling industrial process variables. The procurement includes specific requirements for item unique identification, inspection and acceptance protocols, and adherence to various quality assurance standards, emphasizing the importance of compliance with technical specifications and documentation. This equipment is critical for ensuring the operational readiness and safety of naval systems, reflecting its significance in defense operations. Interested vendors should direct inquiries to Brianna L. Walker at 564-226-3029 or via email at brianna.l.walker3.civ@us.navy.mil, with proposals expected to remain valid for 60 days post-quotation submission.
    ALTIMETER,PRESSURIZ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the procurement of pressurized altimeters. This contract involves the manufacture and quality assurance of these instruments, which are critical for measuring and controlling industrial process variables in defense applications. The procurement is part of an emergency acquisition initiative, with a closing date for quotes extended to January 12, 2026. Interested vendors should direct inquiries to Seana M. Steiner at 717-605-6561 or via email at SEANA.M.STEINER.CIV@US.NAVY.MIL, and must comply with specific quality and packaging standards outlined in the solicitation.
    VOLTMETER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of voltmeters under a fixed-price contract. The primary objective is to manufacture and design voltmeters that meet specified technical requirements, including compliance with exclusion of mercury and adherence to quality assurance standards. These voltmeters are critical for electrical and electronic properties measuring and testing, supporting various defense applications. Interested vendors should direct inquiries to Taylor Bloor at 771-229-0099 or via email at TAYLOR.BLOOR@NAVY.MIL, and are encouraged to review the detailed solicitation for submission timelines and requirements.