Calibration Support Equipment/Components
ID: N68335-25-R-0282Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAVAIR), is seeking proposals for the procurement of calibration support equipment and components from Keysight Technologies. This requirement includes a variety of essential items such as power sensors, digital multimeters, and calibration kits, which are critical for maintaining Navy calibration standards and supporting the Metrology and Calibration (METCAL) Program. The contract will be awarded as a Firm Fixed-Price based on the lowest-priced, technically acceptable bid, with proposals due electronically by 2:00 PM EST on March 31, 2025. Interested vendors should direct inquiries to Kieran Connolly or Shannan Germond via the provided contact information.

    Files
    Title
    Posted
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) for the calibration certification under the Keysight Technologies contract. It specifies required data items, including the Calibration Report with Data, and outlines the submission and approval process for calibration documentation. The contractor must submit a draft Calibration Report 60 days before Initial Operation Capability (IOC) for government review, with a final version due 30 days prior to IOC. Distribution instructions are noted, indicating the document is authorized for U.S. Government agencies only. The form includes preparation, approval, and distribution details, emphasizing compliance with government directives and highlighting the importance of thorough calibration reporting for system performance. The instructions detail the necessary categories, titles, references, and submission formats, while also clarifying that the pricing for the reported data is to be categorized according to the essentiality of the information relative to the contract. Overall, the document outlines requirements for the delivery and acceptance of essential calibration data to ensure standards are met in defense contracting processes.
    This document outlines the requirements for a Contract Data Requirements List (CDRL), specifically focused on the delivery of technical manuals and associated data for the Keysight Replenishment project managed by Naval Air Warfare Center Aircraft Division (NAWCAD). It specifies details such as contract line items, exhibits, and categories of data. The contractor, Keysight Technologies, must submit operator and service manuals containing crucial safety and operational information for U.S. government use. The CDRL mandates that a preliminary draft must be provided 30 days before acceptance testing, with government feedback due within 15 days. Final submissions incorporating comments are required 30 days prior to achieving Initial Operating Capability (IOC). Moreover, one copy of each operator/service manual must accompany every new system delivered. The document also emphasizes the limited technical data rights held by the United States government for maintenance and calibration purposes, ensuring compliance with Department of Defense directives. Additionally, instructions for completing the form are included, outlining expectations for price estimations based on the type of data submitted. This structure adheres to the regulations governing government contracts, ensuring the systematic acquisition of essential technical documentation.
    This document outlines a Request for Proposal (RFP) detailing a range of equipment required by the federal government. The items listed include various electronic and testing devices, such as adapters, power sensors, coaxial attenuators, a verification kit, and a digital multimeter, among others. Each line item specifies the quantity required (ranging from 1 to 164 units), the part number for identification, and the unit of issue. The purpose of this RFP is to procure these items for use in governmental operations, ensuring necessary calibration and measurement tools are available. The detailed structure reflects a systematic approach to acquisition, facilitating potential vendors in understanding the requisites clearly. The document emphasizes the importance of acquiring quality equipment to enhance operational efficiency in government projects.
    The document details a federal solicitation (N68335-25-R-0282) for purchasing intermediate-level test equipment from Keysight Technologies Inc., essential for maintaining Navy calibration standards. It outlines procurement specifications including various equipment like power sensors and digital multimeters, and establishes that only authorized Keysight dealers may submit proposals. The contract will be a Firm Fixed-Price award based on the lowest-priced, technically acceptable bid. The proposal submission requires two distinct volumes: a technical proposal and a price proposal, without reference to pricing in the technical section. Evaluations will assess compliance with minimum requirements, total price for all items listed, and past performance ratings, with a clear preference for those demonstrating prior success. Proposals must be submitted electronically by 2:00 PM EST on March 31, 2025, via SAM.gov, highlighting the government's commitment to efficient competition and strict documentation processes. This solicitation reflects standard practices in federal procurement concerning brand-name acquisitions and emphasizes the importance of technical merit and past performance in awarding contracts.
    The Naval Air Systems Command (NAVAIR) is seeking to procure replacements for critical Keysight equipment that has become non-functional due to aging components. This requirement includes a range of commercial off-the-shelf (COTS) items essential for radio frequency and microwave calibration tasks, including adapters, power sensors, digital multimeters, and calibration kits. The procurement details specify quantities for various items, such as 30 Keysight 11901A adapters and 164 Keysight 3458A-120 digital multimeters. Additionally, the contract mandates that the supplier provide operation manuals, calibration certifications, a minimum one-year warranty, and proper documentation for the calibration process. The project has a performance period of 360 calendar days from contract award and will be delivered to a specified address in Beaufort, SC, where acceptance will also occur. This requisition underscores NAVAIR's commitment to maintaining high standards for their metrology and calibration operations critical to national defense and aviation safety.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Calibrate and Repair Serial Number 1040C
    Buyer not available
    The U.S. Navy seeks quotes for repairing and calibrating specific serial number panel meter calibrators, issued through Solicitation N00421-24-Q-0371. These calibrators, manufactured by Arbiter Systems Inc., are vital for ensuring accurate measurements in electrical and electronic testing, and the Navy requires prompt quotations for a quick turnaround. The total contract value is approximately $10,000, with responses due by 1:00 pm EST on August 13, 2024, to the procurement group at Patuxent River.
    PROCESS CALIBRATOR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a PROCESS CALIBRATOR, categorized under the NAICS code 335312 for Motor and Generator Manufacturing. The contract will require the delivery of specified calibration equipment, adhering to strict quality assurance and inspection standards, with a focus on compliance with MIL-STD packaging and Government Source Inspection. This procurement is critical for maintaining operational readiness and ensuring the reliability of naval equipment. Interested vendors must submit their quotes electronically to Brian J. Cawley at brian.j.cawley2.civ@us.navy.mil, with a minimum quote expiration of 90 days, and are encouraged to consider an option for increased quantity of up to 100% within 365 days of contract award.
    NAVAIR METCAL LABMASTER UNIVERSAL
    Buyer not available
    The Naval Surface Warfare Center (NSWC), part of the Department of Defense, is seeking sources for the procurement of a Pratt & Whitney Labmaster Universal and associated equipment for the Metrology and Calibration (METCAL) Program. This procurement aims to enhance the calibration of measurement tools critical for military operations, including gage blocks and pin gages, and requires specific components, accessories, and comprehensive documentation such as operator manuals and calibration certifications. Interested parties are invited to submit their technical capabilities by March 24, 2025, with responses directed to Elizabeth Groncki at elizabeth.groncki.civ@us.navy.mil, referencing Sources Sought Notice N6426725Q4090. The expected delivery period for the contract fulfillment is 360 days post-award, and a minimum one-year warranty is required for all units.
    Keysight Multi-Year Calibration & Repair Services(C&RS) Agreement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking vendors to provide multi-year Calibration and Repair Services (C&RS) for Keysight equipment. This procurement aims to establish a long-term contract for the calibration and repair of various Test Measurement and Diagnostic Equipment (TMDE) over a twelve-month period, ensuring compliance with original equipment manufacturer (OEM) standards and traceability to relevant measurement standards. The services are critical for maintaining the operational reliability and accuracy of military equipment, reflecting the Army's commitment to efficient service procurement in support of defense operations. Interested vendors must submit a white paper response by March 14, 2025, detailing their capabilities and business information to the primary contact, Taylor Siskoff, at taylor.c.siskoff.civ@army.mil, or the secondary contact, Portia Sampson, at portia.r.sampson.civ@army.mil.
    Dynamic Torque Calibrators
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking sources for the procurement of Dynamic Torque Calibrators under a three-year Indefinite Delivery/Indefinite Quantity contract. The requirement includes the acquisition of up to 33 calibrators designed to service various torque tools within the U.S. Navy's inventory, adhering to specific dynamic and static calibration ranges as per Calibration Standards Specifications. These calibrators are crucial for ensuring the accuracy and reliability of military tools, emphasizing compliance with Navy regulations and technical specifications. Interested parties can contact Kelsey Pearce at kelsey.a.pearce.civ@us.navy.mil or Christian Lott at christian.m.lott.civ@us.navy.mil for further details.
    OEM REPAIR
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking to procure OEM repair and calibration services for five Fluke 8508A digital multimeters as part of its maintenance and operational readiness efforts. The procurement aims to ensure adherence to technical and safety standards within Navy Aviation, with a focus on maintaining high operational standards and fleet readiness. Interested vendors must be authorized distributors of Fluke products and are required to submit their quotations by March 18, 2025, at 4 PM, with delivery scheduled for May 1, 2025, to the Naval Air Warfare Center at Patuxent River, MD. For further inquiries, vendors can contact Annie N. Bohmann at annie.n.bohmann.civ@us.navy.mil.
    49--CALIBRATION KIT,CAB
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a Calibration Kit, CAB. This solicitation aims to acquire specialized equipment necessary for aircraft maintenance and repair, which is critical for ensuring the operational readiness and safety of naval aviation assets. Interested vendors should note that the opportunity falls under the NAICS code 332710, which pertains to machine shops, and the PSC code 4920, indicating aircraft maintenance and repair shop specialized equipment. For further inquiries, potential bidders can contact Katlyn Galetto at 215-697-6549 or via email at KATLYN.GALETTO@NAVY.MIL.
    Gauge Calibration
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for gauge calibration services, including the repair and replacement of various shipboard gauges, meters, thermometers, and test equipment. The primary objective of this procurement is to ensure operational readiness of the fleet by maintaining accurate monitoring of machinery performance, with services required to be performed both on-site and off-site, particularly for high-voltage systems that necessitate specific safety training. Interested businesses are invited to submit capabilities packages detailing their qualifications and relevant experience by March 7, 2025, and should direct inquiries to Robert Corsino at robert.j.corsino.civ@us.navy.mil or Stacy Ziehl at stacy.m.ziehl.civ@us.navy.mil.
    Keysight Multi-Year Calibration & Repair Services(C&RS) Agreement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking qualified vendors to provide multi-year Calibration and Repair Services (C&RS) for the U.S. Army Test Maintenance Diagnostic Equipment (TMDE) Activity. The contract will involve the calibration and repair of over 842,000 test instruments, ensuring compliance with national and international measurement standards, and requires contractors to hold a valid ISO 17025 certification. This initiative is critical for maintaining the operational readiness of military equipment, and interested parties must submit a white paper detailing their capabilities by March 26, 2025, to the primary contact, Ben Hymas, at benjamin.c.hymas.civ@army.mil, or the secondary contact, Lisa Armes, at lisa.s.armes.civ@army.mil. Participation in the Request for Information (RFI) is voluntary, and all submissions will become government property.
    Keithley Systems Service
    Buyer not available
    The Department of Defense, through the Defense Microelectronics Activity (DMEA), is soliciting proposals for the Keithley Systems Service, specifically targeting maintenance and support for Keithley test systems, including the S530 and 4200A models. The procurement aims to ensure accurate calibration, repair, and technical support for DMEA-owned equipment, which is critical for testing wafers produced for defense microelectronics applications. This firm-fixed-price contract will be awarded based on best value, with a submission deadline for quotes set for 2:00 p.m. PST on March 19, 2025. Interested contractors should direct inquiries to Zonel Laborde at zonel.laborde.civ@mail.mil, noting that the contract is contingent on funding availability and emphasizes compliance with federal acquisition regulations.