FY25 Cleaning, Calibration, and Certification of Leica Laser Interferometers & Accessories
ID: N64498-25-SIMACQ-PD-1410-0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking proposals for the annual cleaning, calibration, and certification of Leica Laser Interferometers and their accessories. This procurement is essential to ensure the accuracy and reliability of the Navy's metrology and calibration program, as the equipment is critical for measuring both in-process manufacturing and completed parts. The contract will be a firm fixed price acquisition for non-personal services, with a performance period of one year, and requires compliance with ASME B89.4.22 standards for calibration certification. Interested contractors must contact Judy Secoda at judith.a.secoda.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil for further details and to discuss the stringent security protocols and quality assurance standards that must be adhered to during the execution of this contract.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the Naval Surface Warfare Center for the annual cleaning, calibration, and certification of Leica Laser Interferometers and their accessories. It specifies a firm fixed price acquisition for non-personal services, emphasizing the contractor's responsibility for maintaining equipment and providing necessary repairs when required. Calibration certification must conform to ASME B89.4.22 standards, and the contractor must notify the Naval Foundry and Propeller Center (NFPC) regarding any additional repair costs. The contract's performance period is one year, with detailed calibration due dates for different equipment outlined. Security protocols for contractor personnel entering government facilities are stringent, requiring background checks and adherence to regulations regarding Controlled Unclassified Information (CUI). The document establishes clear procedures for shipping, inventory management, and returns, and emphasizes the importance of compliance with the government's quality assurance standards. This RFP serves as a crucial component of the Navy's commitment to maintaining the accuracy and reliability of their technological equipment, ensuring that contractors understand the expectations and requirements of the services to be provided.
    Similar Opportunities
    SPERONI MAGIS 600 N6449826Q5019
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking contractors to provide two units of the SPERONI MAGIS 600 tooling measurement systems. These systems are essential for measuring cutting tools prior to use, ensuring that high-speed machines maintain the correct distance during machining processes. The procurement is structured as a one-year Firm-Fixed-Price (FFP) contract, with the successful contractor responsible for the shipment of all necessary parts. Interested parties can reach out to Shain Quigley at shain.t.quigley.civ@us.navy.mil or by phone at 445-227-2263 for further details.
    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).
    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.
    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).
    GAGE,DEPTH,VERNIER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the procurement of a GAGE, DEPTH, VERNIER, which is a critical component of the AN/SPG-62A SSE AEGIS radar system. This fixed-price contract will involve the inspection and acceptance of supplies, ensuring compliance with specified quality standards and military specifications. The GAGE, DEPTH, VERNIER is essential for precise measurements in defense applications, underscoring its importance in maintaining operational readiness. Interested vendors should direct inquiries to Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    PERISCOPE SUBASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    GAGE,DIFFERENTIAL,D
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of Differential Gages. This contract involves the manufacturing of instruments for measuring, displaying, and controlling industrial process variables, with a focus on pressure, temperature, and humidity measuring and controlling instruments. These gages are critical for ensuring the operational readiness and safety of naval systems. Interested vendors can reach out to Jason Piechowicz at 771-229-0054 or via email at JASON.PIECHOWICZ@NAVY.MIL for further details. The solicitation includes various compliance and quality assurance requirements, and proposals must be submitted within the specified timeframe to be considered.
    Calibration and Repair Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG) Aviation Logistics Center, is seeking sources capable of providing Tool Calibration and Repair Services for its 26 air stations. The procurement aims to ensure the calibration, repair, and certification of approximately 7,189 tools and equipment pieces issued annually, which are critical for maintaining operational readiness and safety. Interested contractors must demonstrate their ability to meet specific turnaround times for calibrations, including non-emergent and emergency services, and provide a comprehensive capabilities statement. Responses to this Sources Sought notice are due by January 30, 2026, at 5:00 P.M. Eastern Time, and should be directed to Denise Bulone at denise.j.bulone@uscg.mil, referencing the notice number 70Z03826IE0000002.
    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.