Repair and calibration for Calibration Lab (Shop 52) owned equipment
ID: 50693514Type: 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 Fluke Electronics Corporation for the repair and calibration of owned equipment at their Calibration Lab (Shop 52). This non-personnel services contract is essential for maintaining calibration standards for naval equipment, ensuring compliance with NAVSEA guidelines, and supporting operational readiness from July 6, 2025, to July 5, 2030. The services provided by Fluke, as the Original Equipment Manufacturer (OEM), are critical to the safety and functionality of naval forces, with a focus on quality control and adherence to OEM specifications. Interested parties may express their capabilities by contacting Nathan Grimm or Jacqueline Edgerton via email by April 21, 2025, at 1:00 PM Pacific Time.

    Point(s) of Contact
    Files
    Title
    Posted
    This memorandum outlines the justification for using other than full and open competition for an acquisition under the Simplified Acquisition Threshold, specifically for accredited ISO/IEC 17025 calibrations and repairs by Fluke Electronics Corporation at the Puget Sound Naval Shipyard and Intermediate Maintenance Facility. The decision to solicit from only one source is based on Fluke’s status as the Original Equipment Manufacturer (OEM), possessing proprietary rights and exclusive licensing agreements for the required services. The equipment listed is essential for maintaining calibration standards for Naval equipment, and reliance on Fluke is mandated by NAVSEA guidelines to ensure compliance and operational readiness. The performance period for this requirement spans from July 6, 2025, to July 5, 2030. Failure to meet these calibration standards may jeopardize mission effectiveness, potentially delaying deployments and compromising fleet capabilities. The memorandum reinforces the necessity of engaging Fluke due to the critical nature of the services and their direct impact on the safety and function of naval forces.
    The Performance Work Statement (PWS) outlines a non-personnel services contract for Fluke Electronics Corporation to provide repair and calibration for equipment owned by the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) Calibration Lab (Shop 52). The contract, structured as an Indefinite Delivery, Indefinite Quantity (IDIQ), will be effective from July 6, 2025, to July 5, 2030, with potential for extension. The contractor is tasked with ensuring all services meet Original Equipment Manufacturer (OEM) specifications and must not subcontract calibration services without approval from designated representatives. A focus on quality control and assurance is mandated, with the contractor required to maintain standards and provide necessary certificates upon completion of services. Work will take place at Fluke facilities or on-site at PSNS, adhering to specific operational hours and security protocols. The ultimate goal is to ensure the reliable calibration and repair of critical naval equipment in compliance with government requirements and standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    XRF Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Office of Naval Intelligence, intends to solicit a firm fixed-price contract for maintenance services related to Thermo-Scientific Portable Analytical Instruments Inc.'s Niton XRF equipment. The procurement aims to disable connectivity features such as Camera, Wi-Fi, Bluetooth, and GPS, along with factory calibration following the service completion, with the requirement set for fiscal year 2026. This specialized maintenance is critical for ensuring the operational integrity and security of the analytical instruments used in defense applications. Interested parties may direct inquiries to Doris Coleman at doris.m.coleman6.civ@us.navy.mil, with the understanding that this notice is for informational purposes only and does not constitute a request for competitive quotations.
    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.
    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.
    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.
    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).
    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.
    Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking information from industry regarding capabilities to provide Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support. This procurement aims to offer eligible foreign customers a comprehensive range of U.S. Security Cooperation solutions, including sustainment material, systems upgrades, technical support, and maintenance services for naval vessels and related infrastructure across various countries. Interested parties are encouraged to submit their expressions of interest, detailing their capabilities and responses to specific questions by 12 PM PDT on January 25, 2026, to the designated contacts, Jason Gavinski and Karen Smith, via the provided email addresses.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    NIIN: 145565838; RFQ: N00383-26-Q-B052; FMS Repair
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to issue a sole-source solicitation for the repair of DAY DISPLAY MODULEs (NIIN: 145565838, Part Number: C19697AA) specifically for H-1 aircraft. This procurement is aimed at securing repair services from THALES DEFENSE & SECURITY INC, the Original Equipment Manufacturer (OEM) and the only known source with the necessary data rights, highlighting the critical nature of maintaining operational readiness for military aircraft. The contract is expected to last one year, with the solicitation anticipated to be posted on NECO around January 6, 2026, and a closing date set for January 23, 2025, leading to an award date around March 31, 2026. Interested parties may submit capability statements within specified timeframes, and for further inquiries, they can contact Grace McGinley at grace.v.mcginley.civ@us.navy.mil.
    Calibration and Repair Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard Aviation Logistics Center (ALC), is seeking qualified contractors to provide Tool Calibration and Repair Services for 26 U.S. Coast Guard Air Stations. The services required include testing, calibrating, repairing, and certifying various tools and equipment, with an annual volume of approximately 7,189 items across the stations, necessitating a turnaround time of ten business days for non-emergent calibrations. This procurement is critical for maintaining operational readiness and ensuring compliance with safety and performance standards for aviation equipment. Interested contractors must respond to the Sources Sought notice by January 30, 2026, at 5:00 P.M. Eastern Time, and can direct inquiries to Denise Bulone at denise.j.bulone@uscg.mil.