SOLE SOURCE – REPAIR / EVALUATION OF KEYSIGHT TECHNOLOGIES INC.EQUIPMENT
ID: N0016425Q0521Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, 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, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the repair and evaluation of specialized equipment manufactured by Keysight Technologies, Inc. This procurement involves the repair of multiple signal generators and power modules, as well as the evaluation of various test instruments, all of which must meet the stringent standards set forth by the Original Equipment Manufacturer (OEM). The contract emphasizes the importance of maintaining high-quality repair standards for critical Navy components, with a firm fixed pricing structure and a delivery timeline extending from February to March 2025. Interested vendors must submit their offers by 12:00 PM Eastern Time on February 12, 2025, and can direct inquiries to Emily Wichman at emily.j.wichman.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a comprehensive guideline for the preparation, use, and distribution of the Wide Area Workflow (WAWF) Receiving Report (RR), the DD Form 250, and related materials for the U.S. Department of Defense (DoD). It details procedures for documenting government contract quality assurance in shipments and provides structured instructions for contractors managing procurement and delivery. Key sections outline the use of WAWF and DD Form 250 for evidence of acceptance, invoice support, and packing lists, as well as regulations regarding the correction of entries and distribution requirements post-delivery. Notably, WAWF facilitates electronic submission and uniquely identifies items via the Item Unique Identification (IUID) and Radio Frequency Identification (RFID) as required in certain contracts. The emphasis on maintaining compliance and accuracy during shipment processing highlights the importance of robust contractor relationships and adherence to stringent reporting requirements. This guidance not only streamlines quality assurance practices but also reinforces the necessity of transparency in federal procurement, ultimately promoting efficient project execution in alignment with government standards.
    The document outlines a federal solicitation for the repair and evaluation of various test equipment, primarily managed by the NSWC Crane Warfare Center. The procurement is a sole-source action to Keysight Technologies, recommended due to its role as the Original Equipment Manufacturer (OEM) for the equipment specified. The contract includes detailed requirements for labor, materials, and shipment logistics, emphasizing firm fixed pricing and delivery timelines by February to March 2025. Key items include multiple signal generators and power modules, each requiring thorough repair to OEM standards. The Scope of Work (SOW) highlights the government's meticulous standards for accountability of the Government Furnished Property (GFP) and compliance with safety regulations pertaining to counterfeit materials. Communication with the contracting officer and proper invoicing through the Wide Area Workflow (WAWF) are also essential aspects of the procurement process. Overall, this solicitation reflects the government's commitment to upholding repair quality and service efficiency for vital Navy components.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sources Sought for Tektronix Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is conducting market research to identify potential sources for Evaluation, Repair, and Calibration Services for Tektronix and Agilent products. The objective is to assess industry capabilities to provide these services, which are critical for maintaining the operational integrity of defense equipment. This Sources Sought announcement is purely for information gathering and does not constitute a commitment to award a contract; however, interested businesses are encouraged to submit capability statements by February 7, 2025, to Heather Wiley at heather.r.wiley2.civ@us.navy.mil. The anticipated publication date for the formal Request for Quote (RFQ) is January 30, 2025, and responses must be submitted electronically in compliance with the outlined requirements.
    Signal Generators Maintenance and Repairs
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to award a five-year Firm Fixed Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the maintenance and repair of signal generators. This contract, estimated at $10,708,000.00, will be awarded on a sole source basis to Keysight Technologies Incorporated, located in El Segundo, CA, and will encompass calibration, repair, and replacement services for critical instrumentation. The services provided under this contract are essential for maintaining the operational readiness and accuracy of military equipment. Interested parties can reach out to Anila Paul at anila.paul.civ@us.navy.mil or Tara Randolph at tara.j.randolph.civ@us.navy.mil for further information.
    BRAND NAME OR REQUAL AIM–USA LLC POWER TESTER
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals from qualified small businesses for the procurement of a Brand Name or Equal AIM-USA LLC Power Tester and its components. This solicitation is critical for supporting military applications, ensuring the availability of reliable testing equipment necessary for operational readiness. The contract is set aside exclusively for small businesses, with a closing date for offers on February 13, 2025, at 4:00 PM Eastern Standard Time. Interested vendors must submit their proposals via email to Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil and ensure compliance with all applicable federal regulations and requirements.
    66--ANALYZER,SPECTRUM, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of spectrum analyzers, identified by NSN 7R-6625-014749706-LC. The procurement involves a quantity of two units, with delivery terms set to FOB Origin, and is intended to be negotiated with a single source under FAR 6.302-1. These analyzers are critical for measuring and testing electrical and electronic properties, which are essential for various defense applications. Interested parties are encouraged to submit their capabilities and proposals within 45 days of this notice, with all inquiries directed to Andrew N. Phillips at andrew.n.phillips10.civ@us.navy.mil or by phone at (215) 697-5047.
    SOLE SOURCE – AN/ALQ-249(V)1 Next Generation Jammer – Mid Band (NGJ-MB) Field Service Representatives (FSRs) Exercise Option Year One
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to exercise Option Year One for the sole source contract related to the AN/ALQ-249(V)1 Next Generation Jammer – Mid Band (NGJ-MB) Field Service Representatives (FSRs). This procurement involves providing on-site FSRs and off-site engineering support for the AN/ALQ-249 system at various locations, including Naval Air Station Patuxent River and international sites, ensuring operational readiness and maintenance of the system. The contract is critical for maintaining the capabilities of the U.S. Navy's electronic warfare systems, with Raytheon Company identified as the sole source due to its proprietary data and expertise. Interested parties may submit capability statements by February 6, 2025, at 12:00 PM Eastern, and should direct inquiries to David Harrell at david.l.harrell38.civ@us.navy.mil.
    Letterkenny Army Depot requirements service contract for Offsite repairs for the Rhode & Schwarz, Fluke, PXIE -5172, Tektronix oscilloscope
    Buyer not available
    The Department of Defense, through the Letterkenny Army Depot, is seeking vendors capable of providing off-site repair services for various electronic instruments, specifically Rhode & Schwarz, Fluke, PXIE -5172, and Tektronix oscilloscopes. The procurement requires contractors to ensure that all repairs meet OEM calibration standards and include a one-year warranty post-repair, with the contract spanning one base year and two additional option years. This opportunity is crucial for maintaining the operational readiness of essential electronic testing equipment used by the Army. Interested vendors must submit their capability statements and relevant past performance data by February 12, 2025, to David T. Serotkin at david.t.serotkin.civ@army.mil, and must be registered in the System for Award Management (SAM) and Wide Area Workflow (WAWF).
    REQUEST FOR INFORMATION – ANECHOIC CHAMBER UPGRADE
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane Division, is issuing a Request for Information (RFI) for an upgrade to the Anechoic Chamber located at NSWC Crane in Indiana. The objective of this procurement is to identify potential sources capable of performing the necessary upgrades to establish testing capabilities for the AN/SLQ-32(V)6 Antenna Array Panel Assembly (AAPA). This upgrade is critical for enhancing the testing environment for electrical and electronic properties measuring and testing instruments, which are vital for defense applications. Interested vendors must submit their responses, including company literature and capability statements, by 3:00 PM EST on February 6, 2025, to the designated contacts, Ruston Welborn and Diane Bright, at the provided email addresses. Please note that there is currently no funding available for this effort, and responses will not be reimbursed.
    58--SYNTHESIZER,ELECTRI - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of synthesizers and other replacement parts under a firm-fixed-price contract. The procurement aims to ensure the operational readiness of critical electronic components, which are essential for various defense applications. The total estimated value of the contract is approximately $5,529,049.86, with a proposal submission deadline extended to March 7, 2025. Interested contractors should direct inquiries to Amber Wale at AMBER.WALE@NAVY.MIL or by telephone at 717-605-2541.
    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.
    Fluke OTDR Maintenance
    Buyer not available
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is seeking qualified contractors to provide maintenance, repairs, and calibration services for the Fluke DSX-8000 Optical Time-Domain Reflectometer (OTDR). The procurement aims to ensure compliance with original equipment manufacturer specifications and industry standards, including the provision of a loaner OTDR during maintenance services. This contract is crucial for maintaining the operational readiness of naval equipment, supporting the U.S. Navy's industrial operations in the Pacific. Quotes are due by February 6, 2025, at 10:00 AM HST, and interested parties must contact Colby Teruya or Lyndon Paloma via email for further details. All bidders must be registered with the System for Award Management (SAM) by the award date, and the contract will be awarded in accordance with federal procurement regulations.