Federal Aviation Administration’s National Test Equipment Program (NTEP) Test Equipment (TE) Calibration
ID: 6973GH-25-R-00066Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

NAVIGATIONAL INSTRUMENTS (6605)
Timeline
    Description

    The Federal Aviation Administration (FAA) is seeking proposals for the National Test Equipment Program (NTEP) to provide calibration services for FAA-owned Test Equipment (TE). The objective of this procurement is to ensure that all TE remains within specified calibration intervals, supporting the operational reliability of the National Airspace System (NAS). This contract will be awarded as an Indefinite Delivery/Indefinite Quantity type, with a base period of one year and four optional one-year periods, emphasizing the importance of maintaining high operational standards through meticulous calibration services. Interested parties must submit their technical and cost proposals electronically by 5:00 P.M. CST on April 18, 2025, and all inquiries should be directed to Gilbert Park at gilbert.n.park@faa.gov by March 28, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document details a pricing structure for calibration and inspection services as part of a Request for Proposals (RFP) for contracting services over a multi-year period. It outlines several Contract Line Item Numbers (CLINs) grouped by base year and four subsequent option years, detailing estimated requirements, unit prices, and total item amounts for each service category. Key services include on-site and off-site calibration rates for both Continental U.S. (CONUS) and Outside the Continental U.S. (OCONUS), new location establishment, inspection services for rejected test equipment, and incidental repairs. Each year has a consistent pricing structure for calibration services, with varying rates depending on the location and nature of the service. The document also specifies a fixed amount for new location establishment and a consistent requirement for inspection services across all option years. The total estimated contract value spans across multiple fiscal years, pointing to a significant long-term investment in these technical services. The purpose of this document is to inform potential contractors of the required services and associated costs for budgeting and proposal purposes within the framework of government contracting, emphasizing transparency and standardization in pricing for these essential services.
    The Federal Aviation Administration’s National Test Equipment Program (NTEP) outlines a contract for the calibration of Test Equipment (TE) essential for the maintenance of the National Airspace System (NAS). The objective is to secure services to manage the lifecycle of TE, ensuring it remains within specified calibration intervals to support operational reliability. The contractor must provide necessary personnel, materials, and facilities to deliver comprehensive calibration services across various FAA locations, both domestically and internationally. Key responsibilities include meeting strict qualification requirements for personnel, conducting regular calibration procedures in line with industry standards (ANSI/NCSL Z540-1-1994 and ISO 17025), and maintaining detailed documentation of all calibration activities. The contract stipulates protocols for phase-in and phase-out transitions to ensure uninterrupted service. Quality assurance measures are emphasized, including random audits and incident reporting. The document serves as a guideline for contractors responding to a Request for Proposals (RFP), ensuring compliance with established standards for equipment maintenance critical for air traffic safety and efficiency. Overall, it reflects the FAA's commitment to maintaining high operational standards through meticulous calibration of its systems.
    The document lists numerous Federal Aviation Administration (FAA) facilities across the United States, organized primarily by state. It includes detailed addresses and locations for various airport-related facilities, including centers for air traffic control, maintenance, and operational support. The entries span from states such as Alabama and Alaska down to states like Wyoming and Washington. Each facility is identified by its specific function and location, showcasing the FAA's extensive network to ensure aviation safety and efficiency across the nation. This compilation of information serves as a resource for federal grants, requests for proposals, and operational planning, reflecting the government's commitment to maintaining and enhancing air travel infrastructure. The document is vital for stakeholders seeking to engage with FAA facilities for various aviation projects or grant opportunities.
    The document provides a comprehensive list of various Federal Aviation Administration (FAA) facilities located across the United States and its territories. Each facility is identified by its name, complete address, and geographical coordinates where applicable. The facilities are spread across states including Puerto Rico, Alaska, Hawaii, and Guam, and include locations such as airports, control towers, and operational centers. The listing serves as a resource for identifying the different FAA establishments that may be relevant for federal requests for proposals (RFPs), grants, and state or local funding opportunities. The structured format allows stakeholders to easily locate and access information regarding FAA facilities for potential collaborations or contracts, supporting the broader objectives of government-operated aviation services and infrastructure management. Overall, this document appears to be a vital reference point for organizations looking to engage with federal aviation initiatives or related funding endeavors.
    The document provides a comprehensive inventory of various electronic equipment, including manufacturers, models, descriptions, and maintenance intervals for federal government use. It features a diverse range of devices such as wattmeters, oscilloscopes, multimeters, and power analyzers from reputable brands like Fluke, Agilent/HP, and Tektronix, with service intervals primarily ranging from 12 to 24 months, and some specialized equipment having longer durations. This list serves critical national interests, likely to support communications, scientific research, and military applications by ensuring that all equipment remains operational and verified for accuracy. The meticulous cataloging reflects the government's commitment to maintaining high standards in technical upgrades and evaluations necessary for effective operations across various departments. Through this approach, the document aims to facilitate procurement and enhance the overall maintenance framework, which is essential for advancing technology capabilities within governmental operations.
    The document outlines a comprehensive list of measurement and calibration equipment from various manufacturers, specifying the model numbers, calibration intervals, and the corresponding return material authorization (RMA) requirements. Key items include multimeters, current clamp meters, airflow meters, noise level meters, and various types of analyzers and generators, all requiring different periods for recalibration, predominantly ranging from 12 to 48 months. The document reflects the federal requirements for equipment calibration and maintenance, essential for ensuring precise measurements and compliance with regulatory standards. This inventory serves as a guideline for government agencies involved in RFPs and grants, emphasizing the importance of accurate equipment management in operational integrity and quality assurance.
    The document outlines various service areas, facility types, and associated upgrades connected to the Comprehensive Plan for Development of Standards (CPDS) within the Federal Aviation Administration (FAA). It lists multiple Air Traffic Control Centers (ARTCC) and Terminal Radar Approach Control (TRACO) facilities across several states, detailing specific improvements such as the Advanced Center for Efficient Processing Systems (ACEPS), standard facility upgrades, and temporary power systems. Each entry provides identifiers for organizational structure, location specifics, facility types, and the nature of enhancements planned. This data serves as a framework for determining federal and state grants and Requests for Proposals (RFPs) aimed at improving aviation safety and efficiency through infrastructure modernization. The systematic organization allows stakeholders to assess current operations and identifies needs for future federal funding initiatives, ensuring alignment with regulatory standards and enhancing overall air traffic management capabilities in the United States. The overarching goal is to facilitate seamless operations within the aviation sector, responding effectively to technological advancements and environmental considerations.
    The DD Form 1423-1 is a Contract Data Requirements List specifically designed for a Calibration Program under the Department of Defense (DoD). It details the collection of data items required from contractors, focusing on one primary item: the Certificate of Calibration. Key components include submission frequency, the timeline for delivering calibration certificates, and requirements for electronic submission to relevant FAA websites for archiving. The document specifies that all certificates must be accepted by site coordinators at each calibration location, and outlines the need for cross-checking calibration standards pre- and post-calibration. The form also provides explicit instructions for government personnel and contractors on the completion process, including categories of data items and pricing group definitions to estimate costs linked to data submission. Overall, this form is essential for ensuring that the calibration data is delivered efficiently and meets federal standards necessary for compliance.
    The document is the DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) used by the Department of Defense (DoD) for data submission related to government contracts. It specifically pertains to a Calibration Program, detailing the requirements for a data item titled "Calibration Procedures Inventory." The form lays out essential information including the contract reference number, the responsible office, submission frequency, distribution specifics, and detailed instructions for completing the form. Key components include defining categories for data submissions (Technical Data Package, Technical Manual, Other), outlining frequency and types of submissions (as required), and establishing requirements for government review and approval. It also elaborates on pricing groups that impact data item pricing based on their relevance to contracted efforts. The purpose of the document is to ensure that contractors understand the requirements for delivering data related to their contract, guiding effective communication and compliance with government standards. It reflects the general process in federal RFPs, grants, and local requests for proposals, serving as a framework for managing data-related obligations in defense contracting.
    The document details the Contract Data Requirements List (CDRL) for calibration procedures related to a government contract within the framework of federal and local RFPs and grants. The CDRL outlines specific data items to be delivered by the contractor, such as the "Calibration Procedures Inventory," required according to a defined authority (DID-R002) and specified in the Statement of Work (SOW 4.3.1/4.3.5). Key elements include the identification of the contracting officer, submission frequencies (as required), and distribution details. Instructions for completing the DD Form 1423, which encompasses delineating the data to be provided, inspection requirements, and the categorization of data type (Technical Data Package, Technical Manual, etc.), are also included. Importantly, cost groups for data item preparation are defined, indicating different levels of effort required to fulfill government specifications. The document emphasizes compliance with federal guidelines and proper data management throughout the contract cycle, ensuring that contractors understand the expectations for data delivery and compliance. Overall, it serves as a guideline for both government personnel and contractors involved in the procurement process.
    The document is the DD Form 1423-1, a government form used for specifying data requirements related to contracts, particularly in the context of the Department of Defense. It outlines the collection of data items, in this case, the FAA Calibration Standard Failure Report, tied to a Calibration Program contract. Key elements include the description of the data item, submission timelines, and distribution requirements. The form mandates annual submissions, with specific deadlines and quantities for draft and final copies. Instructions for completing the form detail how to categorize the data items and specify their significance and requirements for government approval. This document serves as a guideline for contractors on the submission and specification of data necessary for compliance with government contracts, facilitating organization and oversight in data management associated with federal grants and bids. It emphasizes the importance of establishing clear expectations for data deliverables to support effective contract fulfillment and accountability.
    The document outlines the Contract Data Requirements List (CDRL) using DD Form 1423-1, which is crucial for managing data submissions related to a Calibration Program in a federal contract. It specifies essential data items, including the Facility Working Standards Inventory, and outlines the responsibilities of the contractor and governmental agencies regarding data submission. Key sections detail the submission frequency, distribution requirements, and the necessity for initial and subsequent submissions. The contract references specific data item descriptions and establishes guidelines for the contractor's compliance with government requirements, particularly in data preparation and delivery. Additionally, the document defines pricing group categories for data items to ensure that contractors allocate costs appropriately based on the relevance of data to the contract's execution. Overall, this form plays a vital role in ensuring that necessary data is collected and managed efficiently in alignment with federal contracting standards.
    The document outlines the Contract Data Requirements List (CDRL) for a specific data item titled "Facility Working Standards Inventory" within the context of a Calibration Program. It specifies requirements for data submission and management related to government contracts. The CDRL includes detailed guidelines for filling out the DD Form 1423, which addresses various aspects such as the title of the data item, contract information, distribution needs, frequency of submission, and remarks pertaining to those submissions. Key components include definitions of the types of data required (Technical Data Package, Technical Manual, etc.), foundational references to the contract Statement of Work, and a breakdown of costs associated with developing and delivering the data items based on their necessity to meet government standards. The form aims to standardize data collection and management across contracts, ensuring compliance and efficiency in government contracting. Overall, the document serves as a regulatory framework for contractors, providing instructions for meeting submission requirements while supporting effective government contracting processes within federal and state programs.
    The document is the DD Form 1423-1, primarily serving as a Contract Data Requirements List (CDRL) within the Department of Defense (DoD) context. It details the collection and reporting requirements for specific data items, particularly the "Return Material Authorization Form" related to a Calibration Program. The form outlines essential fields for contractors and government personnel, including contract references, item classifications (Technical Data Package, Technical Manual, or other), submission timelines, frequency of data delivery, and distribution requirements. The CDRL requires adequate technical oversight and specifies that data must conform to government regulations regarding format and submission schedules. It categorizes costs associated with the data items into four groups, which vary from non-essential data preparation to costs incurred due to fulfilling specific government requirements. The form emphasizes the need for compliance with established guidelines for data sharing and distribution, which is crucial for contract performance, regulatory adherence, and ensuring data reliability. Overall, this CDRL template serves to standardize data collection processes essential for supporting contract-related activities within the federal procurement framework.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) utilized by the Department of Defense (DoD) to specify data item requirements related to a contract, particularly within the Calibration Program. The form outlines the responsibilities regarding data submissions, categorizes data items, and details the frequency and distribution of required documentation. Key information includes identification of the contractor and contract number, data item titles, and specific instructions for compliance and submission. The document also breaks down pricing groups for various data items that entail different levels of cost and effort regarding preparation and delivery. By establishing a clear framework for data management and compliance, this form facilitates effective communication and documentation standards between the government and contractors, ensuring necessary technical documentation supports contract performance. This aligns with broader federal procurement objectives to maintain accountability and technical accuracy in contract execution.
    The document refers to the DD Form 1423-1, which outlines the requirements for contractors to provide data related to a Calibration Program under a specific contract. It specifies the Monthly Report of Year-To-Date RMA Status as a key deliverable, highlighting that the report must be submitted electronically by the 15th of each month. The form also delineates responsibilities for data submission, including details about the nature of the data (Technical Data Package, Technical Manual, etc.), submission frequency, and distribution requirements. The form aims to ensure compliance with Department of Defense standards regarding data management, specifying procedures for data item preparation, approval, and documentation. Contractors are required to categorize their data submissions based on cost effort groups, ranging from non-essential data to crucial information necessary for primary contract performance. This systematic approach promotes clarity in expectations and accountability in delivering required data elements integral to the contract's execution. The structure and instructions presented provide a framework for both government and contractor personnel in managing essential data during the contract lifecycle.
    The document is the DD Form 1423-1, a Contract Data Requirements List utilized by the federal government, specifically the Department of Defense (DoD), to define data item requirements for contracts. The primary focus is on the submission of a report detailing technical equipment that requires offsite calibration, categorized as part of a Calibration Program. It outlines specifics such as data item number A008, submission frequency, responsible offices, and associated requirements for inspection, approval, and distribution of data. The form mandates that data items are delivered within specified time frames, notably fifteen days after contract award and ninety days before each fiscal year. It also provides guidelines for federal personnel and contractors on filling out the form, detailing processes for pricing the data items based on their necessity and the contractor's compliance with government standards. The DD Form 1423-1 reinforces the government's emphasis on accountability and thorough documentation in procurement processes, ensuring that contracts adhere to established protocols for data reporting. Addressing such requirements is crucial for successful contract management and service delivery, maintaining efficiency and compliance in government operations.
    The document outlines the DD Form 1423-1, a Contract Data Requirements List (CDRL) utilized by the Department of Defense for specifying data items required from contractors. It emphasizes the importance of data acquisition documentation and details various fields such as contract line item numbers, data item titles, and contractor information essential for submission. The form categorizes data items into technical data packages, technical manuals, or other types and mandates a structured process for data submission frequency, initial and subsequent dates, and distribution. Additionally, it provides guidelines for understanding pricing groups related to data item development, which categorize costs based on the necessity and complexity of the data for the contractor’s primary effort. The overarching goal of the document is to establish a standardized method for managing data requirements within federal contracts, ensuring compliance and organizational efficiency. The instructions for completing the form offer a framework for both government personnel and contractors, facilitating clear communication and adherence to specifications in federal RFPs and grants.
    The DD Form 1423-1 outlines the contract data requirements for a Calibration Program, specifically detailing the Written Service Delay Notice data item. This document delineates the responsibilities for contractors regarding reporting delays exceeding three days from the scheduled arrival date. The initial submission of the notice is required two working days after recognizing a delay. It emphasizes the need for distribution statements and specifies the addressees involved in the calibration process, managed by the FAA. The form also describes how to complete the DD Form 1423, including detailed instructions on how to categorize information, referencing relevant contract terms, and the frequency of submissions. The overarching purpose of this document is to ensure compliance with Department of Defense requirements for data collection while minimizing the burden on respondents, which is estimated to average 110 hours per response. The form must be filled out following specific guidelines, ensuring the contractor meets governmental standards for data submission.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for federal acquisitions, specifically focusing on data associated with a Calibration Program. It details the requirements for submitting the FAA Calibration Failure Reporting Procedures, underscoring regulatory responsibilities outlined in the Statement of Work (SOW) and the Data Acquisition Document. The form asks for specifics regarding submission frequency, technical oversight, and distribution of documents, aimed at ensuring compliance with government data standards. Instructions for completing the form are segmented for government personnel and contractors, elucidating roles in maintaining proper documentation and data evaluation. The document emphasizes the categorization of data types essential for contractor reporting and provides guidance on cost estimation related to data deliverables. This form serves as a crucial mechanism within the context of federal RFPs and contracts, ensuring that contractors deliver necessary technical information in a structured manner while facilitating governmental oversight and acquisition processes.
    The document primarily serves as a Contract Data Requirements List (CDRL) for a Calibration Program, detailing the end of site summary (EOSS) data item. It outlines the necessary information required by the Department of Defense, including specific numbering and title requirements for data submission. The EOSS is required to be delivered to a site coordinator via email in PDF format and uploaded to a designated database or website, ensuring that documentation meets established guidelines. The CDRL specifies the responsibilities of the contractor and the government in terms of data acceptance, distribution, and submission frequency. It also references the importance of compliance with military specifications and standards. Key points include the administrative requirements for documenting the data, specifying technical responsibilities, and clarifying submission guidelines. This document reflects the structured process inherent in government RFPs and contract management, ensuring compliance with strict data requirements necessary for effective project execution.
    The document outlines the DD Form 1423-1, a Contract Data Requirements List (CDRL) utilized by the U.S. Department of Defense for ordering specific datasets under federal contracts. It specifically details the NTEP Calibration Receiving Report required as part of a calibration program, including instructions on submission frequency, required recipients, and distribution requirements. The document specifies data item identification, contractual references, and the obligations for the contractor in delivering calibration reports. Additionally, it delineates categories of data that may incur different pricing groups depending on their role in the contractual obligations. These guidelines ensure proper documentation and compliance, thereby clarifying roles and expectations for contractors engaged in government projects. Overall, the form serves to standardize data collection and submission procedures critically linked to performance metrics required by contracts.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) for submitting essential data items related to a calibration program under a federal contract. It specifies the parameters for the data item titled "Quarterly Onsite Scheduled vs. Actual Report," detailing its submission frequency, authority, and reference to the Statement of Work. The form outlines the responsibilities of both the government and the contractor in terms of data preparation and submission logistics, including delivery formats and deadlines. Key components include identification of the data item, contractual obligations, distribution statements, and inspection requirements. The guidance for completing the form highlights the necessary information regarding the system being acquired and the required data's technical specifications. Furthermore, it categorizes the associated costs of developing each data item into groups based on their significance to the primary contract, with an emphasis on effective documentation and compliance with government standards. This CDRL is vital for ensuring that contractors adhere to federal requirements, facilitating effective oversight and data management within the context of government contracting processes.
    The document is a DD Form 1423-1, which serves as a Contract Data Requirements List outlining a specific data item related to a Mobile Calibration Team's cell phone listing. The entry details include the submission requirements, such as the data must be provided annually no later than seven working days prior to each fiscal year and promptly after any changes. It stipulates the necessity for proper marking of the data for security and distribution purposes, the number of copies to be delivered, and specific references to contractual obligations such as the Statement of Work. The instruction section outlines how to complete the form, describing what information is required in each item, including identification of the data's relevance to the contract, the responsible office, and submission timelines. The document emphasizes the importance of these requirements to ensure compliance with governmental standards, maintain communication channels for essential operational data, and to facilitate the effective management of contractor deliverables within federal guidelines. Overall, this standard form ensures that critical operational communication is maintained within the framework of government contracting.
    The document is a DD Form 1423-1, which pertains to a Contract Data Requirements List (CDRL) for the calibration program, specifically focusing on the FAA Calibration Records Database. The primary purpose is to outline the requirements for the contractor to develop and maintain an online database that captures calibration certificates and other data as requested by the government. The contractor is required to submit the initial database reports within 30 working days post-contract award and transfer all records to the FAA within 45 days after the last option year of the contract. The form details various aspects of data submissions, including the need for particular distribution statements and the frequency of reports. It provides guidance for both government personnel and contractors on how to complete the form accurately while also categorizing the data items based on their importance and associated costs. This CDRL document illustrates the structured approach the federal government employs to ensure compliance and transparency in its contracting processes, particularly in data management pertaining to calibration activities.
    The document outlines the requirements for a Contract Data Requirements List (CDRL) specific to an On-Site Calibration Program under a government contract. It details a singular data item (A017) titled "OEM On-Site Calibration," highlighting the contractor's obligation to report calibration data upon request, as specified in the Data Item Description (DID-R017). Submission of the calibration report is required within 30 working days after each contract year. The document clarifies roles, responsibilities, and procedural guidelines for government personnel and contractors, focusing on data item categories, contract references, and distribution protocols. Additionally, it includes instructions for completing the DD Form 1423, emphasizing the estimated price groups for different data item categories, elaborating on how costs should be computed based on the data's essentiality to contract performance. This document serves to ensure proper management and documentation of calibration data necessary for maintaining government contracts, aligning with federal requirements for reporting and accountability.
    The document outlines a series of Data Item Descriptions (DIDs) related to the calibration of test equipment for the FAA. The primary focus is on establishing standards and procedures for documenting calibration processes, certification, inventory management, and overall quality assurance. Key components include the Certificate of Calibration (DID R001), which details the necessary information to validate calibration efforts against NIST standards, and the Calibration Procedures Inventory (DID R002), which ensures that accepted calibration methods are employed. Additionally, the document features guidelines for failure reporting (DID R003), inventory maintenance (DID R004), and the Return Material Authorization (RMA) process for tracking test equipment throughout the calibration process. Each section specifies preparation instructions and distribution requirements, emphasizing the importance of maintaining data integrity, accuracy, confidentiality, and compliance with industry standards such as ANSI/NCSL Z540-1-1994. This structured approach aims to enhance the efficiency of calibration services and ensure that all equipment meets prescribed accuracy levels, aligning with federal oversight in RFPs and grant management in government contracts.
    The Collective Bargaining Agreement between The Bionetics Corporation and the International Association of Machinists and Aerospace Workers establishes the terms for employees supporting the FAA National Test Equipment Program. Effective from July 1, 2024, until June 2, 2028, the agreement covers recognition of labor representation, management rights, employee classifications, seniority, pay conditions, and benefits. Key provisions include employee rights, grievance procedures, disciplinary processes, overtime regulations, vacation, and leaves of absence. Notably, the agreement emphasizes compliance with FAA regulations and includes safety protocols. Employees must meet various job requirements and are subject to drug and alcohol policies. The contract also outlines compensation structures and adjustments over its duration, ensuring employees receive health benefits and paid time off according to outlined schedules. This agreement ensures the continuity of labor relations, operational efficiency, and adherence to regulatory obligations, reflecting the company's commitment to maintaining a productive workforce while navigating the complexities of governmental contracting.
    This document addresses clarifications and updates regarding the solicitation SIR 6973GH-25-R-00066, primarily concerning proposal submission requirements. Key points include the confirmation that resumes are included in the 100-page technical volume limit, with adjustments made to proposal organization and content guidelines. Schedule B is to be included in Volume IV rather than Volume I. The page limit for the Table of Contents and Evaluation Factor Matrix has been increased from one to two pages. The government does not currently require a past performance questionnaire but may provide one if deemed necessary later in the process. Additionally, there is clarification regarding wage determination and the absence of a Collective Bargaining Agreement. Specific requests for a calibration schedule and documents related to the offeror's performance are deferred to after the award. The anticipated contract start date has been set for October 1, 2025, with the possibility of extension to January 1, 2026. The document underscores the importance of offering clear guidelines to potential respondents as part of the RFP process, enhancing understanding and compliance while streamlining procurement operations.
    The document presents a request for proposals (RFP) from the FAA for mobile and fixed calibration services for their technical equipment (TE). The contract will be an indefinite delivery/indefinite quantity type, with a guaranteed minimum order value of $5,000 and a term comprising one base year plus four option years. Contractors are required to provide personnel, equipment, and facilities to ensure calibration services, adhering to specified quality and safety regulations. Key components include travel cost inclusivity in pricing, compliance with emergency procedures, rigorous inspection and acceptance protocols, and proper documentation protocols. The contractor must also establish a continuity of operations plan for services during national emergencies. Additionally, strict requirements are outlined for packaging, marking, inspection, and reporting damages. The FAA emphasizes ethical conduct, with clauses addressing contractor employee relationships, subcontracting restrictions, and compliance with federal workforce regulations. Overall, the solicitation aims to ensure that calibration services for FAA-owned TE are conducted efficiently, safely, and in compliance with applicable regulations, aligning with the agency's operational readiness and regulatory obligations. The document represents a critical framework for delivering necessary calibration services while addressing logistical, operational, and ethical standards essential to government contracts.
    This document amends solicitation SIR 6973GH-25-R-00066, detailing changes made to improve clarity and compliance for potential contractors. Key updates include revisions in Sections L and J, which now specify that resumes must be included in the documentation and clarify procedures for submitting offers, including changes to proposal organization, such as an extended page limit for evaluation factors. Additionally, a Wage Determination Attachment has been added, and previously issued attachments have been replaced to streamline the bid package. Comprehensive responses to industry questions are also provided as part of this amendment. Furthermore, all other terms and conditions of the original solicitation remain unchanged. The purpose of this amendment is to ensure that the solicitation reflects current requirements and enhances the bidding process for contractors, thus facilitating a smooth contract award process for the FAA Aeronautical Center.
    The document outlines the solicitation for a contract to provide calibration services for FAA-owned test equipment (TE) through an indefinite delivery/indefinite quantity contract. The contractor is required to supply personnel, materials, and facilities for mobile and fixed calibration services, ensuring that TE complies with specifications. The contract includes a minimum guaranteed order value of $5,000, covering a base year and four option years. Key responsibilities are detailed in various sections, emphasizing inspection, acceptance, and safety protocols, particularly during emergencies. The solicitation mandates adherence to federal regulations, including contractor personnel compliance at FAA locations, quality assurance measures, and reporting requirements. Additionally, the contractor must manage potential subcontracts, warranty obligations, and electronic invoice processes to ensure timely payments. The overall emphasis is on the contractor's ability to deliver accurate, compliant calibration services while following strict operational guidelines and maintaining quality control throughout the contract's duration. This document serves as a formal request for proposals to secure these essential services for the FAA.
    Similar Opportunities
    Ideal Aerosmith Rate Table Calibration
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the Ideal Aerosmith Rate Table Calibration services at Robins Air Force Base in Georgia. This procurement involves providing on-site calibration services for specific Ideal Aerosmith models, including all necessary tools, parts, materials, equipment, labor, and transportation, under a Firm Fixed Price (FFP) contract structure. The contract will span a 12-month base period with four one-year options, emphasizing compliance with various safety, security, and environmental regulations. Quotes are due by December 22, 2025, with an anticipated award date of January 9, 2025. Interested parties can contact Joshua Belzince at joshua.belzince@us.af.mil or Joshua Sharpe at joshua.sharpe.6@us.af.mil for further information.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    MARKET SURVEY: DESIGN ARSR4 POWER AMP MODULE TEST STATION
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential vendors for the design and development of a new Power Amplifier Module Test Station (PAMTS) to replace the existing system used for testing ARSR4 Power Amplifier Module (PAM) boards. The new PAMTS will include an interface adapter, fixture, and necessary test/repair software and procedures, aimed at enhancing the FAA's capabilities to test and repair critical radar system components. This procurement is vital for maintaining the operational integrity of the ARSR4 radar system within the National Airspace System (NAS). Interested vendors must submit their capability statements and other required documentation by 2:00 p.m. Central Time on January 13, 2026, to Connie Houpt at connie.m.houpt@faa.gov, with the subject line "Market Survey Response: 6973GH-26-MS-00003 PMATS."
    Vehicle Scale Calibration Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide Vehicle Scale Calibration Services at Beale Air Force Base, California. The procurement involves annual calibration, inspection, testing, and maintenance of six government-owned scales used for verifying vehicle and cargo weights, ensuring compliance with Department of Transportation and MIL-AIR weight limitations. This contract is crucial for maintaining operational efficiency and safety standards, with a total small business set-aside and a potential contract value not exceeding $5,000 per year for "Over and Above" repairs. Interested parties must submit their quotes by January 6, 2026, and are encouraged to attend a site visit on December 22, 2025, with prior access arrangements required by December 17, 2025. For further inquiries, contact Lamar Mullins at lamar.mullins@us.af.mil or Katherine Moe at katherine.moe@us.af.mil.
    Triple Point of Water Maintenance System
    Dept Of Defense
    The Department of Defense, specifically the Air Force Metrology Calibration Program (AFMETCAL), is conducting market research to identify potential sources for a new Triple Point of Water (TPW) Maintenance System. This system is crucial for the calibration of standard platinum resistance thermometers and other precision temperature measuring devices, ensuring the integrity of thermometry standards at the Air Force Primary Standards Laboratory. Interested vendors are invited to submit capability statements detailing their qualifications, relevant experience, and pricing, with responses due by January 16, 2026, at 2:00 PM ET. For further inquiries, vendors can contact Megan Moretti at megan.moretti@us.af.mil or Frank Capuano at frank.capuano@us.af.mil.
    16--ANTENNA EFA, IN REPAIR/MODIFICATION OF (AMENDED)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Antenna EFA, as outlined in solicitation N00383-25-R-D049. The procurement requires contractors to provide comprehensive repair services, including testing and inspection, with a desired turnaround time of 200 days and a throughput of one unit per month. This opportunity is critical for maintaining operational readiness of military aircraft, ensuring that essential components are restored to a serviceable condition. Interested contractors must submit their proposals by the extended deadline of October 10, 2025, and can direct inquiries to Christian M. Markle at 771-229-0508 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL. The estimated value for repairs determined to be Beyond Economical Repair (BER) is set at $625,287.08.
    Medical Equipment Calibration
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract to provide medical equipment calibration services for the Maine Army National Guard (MEARNG). The contract entails the service, refurbishment, calibration, and updating of 75 pieces of medical and dental equipment, which are critical for training and operational readiness. This non-personal service contract is set aside for small businesses, with a total funding amount of up to $34 million, and the period of performance is expected to last 30 days from the contract award, anticipated around January 16, 2026. Interested vendors must submit their quotes electronically by January 9, 2026, and can direct inquiries to Thomas Ryan at thomas.j.ryan36.civ@army.mil or Darlene Howes at darlene.r.howes.civ@army.mil.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
    Opportunity Details
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 and C-130 Vertical Indicators, with the solicitation number FA8117-26-R-0003. This procurement aims to secure commercial products and services related to the maintenance and repair of critical aircraft instruments, which are essential for the operational readiness of military aircraft. The proposal due date has been extended to January 14, 2026, at 3:00 PM Central Standard Time, and interested parties must acknowledge receipt of the amendment to ensure their offers are considered. For further inquiries, potential offerors can contact Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.