NFPC Faro Equipment Certification FY25
ID: N64498-25-SIMACQ-PD-1410-0040Type: Solicitation
AwardedMay 2, 2025
$136.2K$136,212
AwardeeFARO TECHNOLOGIES INC Lake Mary FL 32746 USA
Award #:N6449825P5087
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- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, specifically the Naval Foundry and Propeller Center (NFPC), is seeking to procure annual cleaning, calibration, and certification services for its Faro Laser Tracker equipment, which is essential for the production and repair of Navy propellers. The procurement is a sole source requirement, as only Faro Technologies, the original equipment manufacturer (OEM), is authorized to perform these services to meet the Navy's METCAL program standards. This certification process is critical to ensure the operational integrity and usability of the equipment, which plays a vital role in meeting the Navy's production deadlines. Interested contractors should 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 regarding the solicitation.

    Files
    Title
    Posted
    The document outlines the need for sole source procurement of re-certification services for equipment owned by NFPC, specifically Faro Technologies' lasers used by the Navy. These lasers are essential for producing and repairing Navy propellers to meet critical operational deadlines. The re-certification, required annually per the Navy's METCAL program, can only be performed by the OEM, Faro Technologies, which prohibits third-party service providers. Despite conducting a market survey, no alternative vendors were identified that could meet the necessary certification standards. Therefore, NFPC intends to proceed with Faro Technologies as the sole source provider, underscoring the significance of adhering to the original manufacturer’s stipulations to maintain equipment usability and Navy compliance. This document serves to justify the decision for limited competition in procurement due to the unique qualifications of Faro Technologies.
    The document outlines a Request for Proposal (RFP) for cleaning, calibration, and certification services for specialized Faro Laser Tracker equipment at the Naval Foundry and Propeller Center (NFPC). The main purpose is to solicit a contractor to perform annual cleaning and calibration services in compliance with military standards and protocols over various units specified by serial numbers. Services are categorized under different Contract Line Item Numbers (CLINs), detailing the tasks required, including delivery schedules and certification processes. The RFP emphasizes that the contract is for non-personal services and establishes the relationship between the government and contractor personnel. Contractors must follow security protocols, including background checks for personnel accessing government facilities. Delivery and payment terms are specified, including requirements for government-furnished property and documentation for all work performed. The report includes details necessary for inspections, acceptance, and record-keeping related to the equipment, asserting rigorous quality assurance measures. This initiative demonstrates the commitment to maintaining operational integrity within the Navy’s equipment standards, ensuring the reliability of critical technological systems.
    Lifecycle
    Similar Opportunities
    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.
    Calibration and Repair Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), is seeking qualified contractors to provide calibration and repair support services for various Department of Defense locations, including the Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD). This procurement is part of a Seaport-NXG requirement, and only contractors with a Seaport-NXG multiple award contract are eligible to bid. The services are critical for ensuring the operational readiness and reliability of defense systems through precise calibration and maintenance. Interested contractors should contact Daniel Belcher at daniel.c.belcher3.civ@us.navy.mil or Alana Garrett at alana.n.garrett2.civ@us.navy.mil for further details.
    Material Condition Assessment of one MK75 Gun Tube (FMS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, intends to award a sole-source contract for the material condition assessment of one MK75 Gun Tube. The selected vendor, TechMetals, will be responsible for the open inspection and repair of the MK75 Barrel Tube, as they are the only known source capable of fulfilling the government's requirements. This procurement is critical for maintaining the operational readiness and safety of naval equipment. Interested parties must submit their capabilities by December 18, 2026, at 10 AM (EST) to Jimmy Ludwick via email at james.e.ludwick2.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    MERIDIAN IV MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting a sole-source contract for the maintenance of the Meridian IV Microscope and associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an updated closing date of December 15, 2025, at 4:00 PM Eastern Time, and interested vendors must submit their offers via email to Cierra Vaughn at cierra.n.vaughn2.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    SOLE SOURCE - Atomic Force Microscope
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is seeking to procure a sole-source Bruker MultiMode 8-HR atomic force microscope (AFM) system for the United States Naval Academy (USNA) in Annapolis, Maryland. This acquisition aims to enhance advanced research capabilities in high-resolution imaging and quantitative nanoscale characterization, while also supporting midshipmen's educational activities. The selected system will upgrade the existing Bruker MultiMode 8, ensuring compatibility with current equipment and providing proprietary imaging modes essential for non-destructive analysis of various surfaces. Quotes are due by December 16, 2025, and interested parties must be registered in SAM.gov to participate. For further inquiries, contact Jordan Walton at jordan.l.walton.civ@us.navy.mil.
    Calibration Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Corona Division, is seeking to procure calibration services through a sole source Firm Fixed Price (FFP) contract with TSI Incorporated. This procurement is aimed at fulfilling an all-or-none requirement for testing laboratories and services, which are critical for maintaining the operational readiness of electrical and electronic equipment components. Interested parties must submit their capability statements electronically by the specified deadline, and all submissions must comply with the requirements outlined in the solicitation. For further inquiries, interested vendors can contact Ashley Briseno at ashley.m.briseno.civ@us.navy.mil.
    Tescan field emission scanning electron (FE-SEM) maintenance coverage
    Dept Of Defense
    The Department of Defense, through the Fleet Readiness Center, intends to award a sole source contract to Tescan USA Inc. for the maintenance coverage of specialized scanning electron microscopes, specifically the Tescan Vega II XMU and Tescan Mira-3 GMU. The procurement includes annual preventative maintenance and calibration services, as well as a critical hardware upgrade requiring OEM-level access to proprietary software and firmware, which only Tescan USA can provide. These instruments are essential for the Materials Engineering Laboratory's operations, and using a third-party vendor could jeopardize system integrity and performance. Interested parties may submit capability statements within three calendar days of this notice, with Brandon Fabricante as the primary contact at gregory.b.fabricante2.civ@us.navy.mil for further inquiries.
    SHOP EQUIPMENT,TORP
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of SHOP EQUIPMENT, TORP, which involves the manufacture and supply of specialized machinery. The contract requires adherence to strict quality standards, including ISO 9001 certification, and mandates higher-level inspection and acceptance of supplies at designated locations. This equipment is critical for military operations, particularly in maintaining and supporting naval vessels, and must be free from mercury contamination due to its intended use on submarines and surface ships. Interested vendors should contact Matthew Cracker at 717-550-3121 or via email at MATTHEW.CRACKER@DLA.MIL for further details and to access technical drawings necessary for the proposal submission.
    Various Ship Parts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the Mid Atlantic Regional Maintenance Center, is seeking to procure various ship parts under a firm-fixed-price (FFP) contract. This procurement is justified as a sole source under the authority of 13.106-1(b)(1)(i), indicating that the goods are available from only one source. The parts are categorized under miscellaneous ship and marine equipment, which are critical for maintaining naval operational readiness. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.
    One license copy of PolyWorks Inspector Premium software. Part # PWIPRM.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Philadelphia Division, is seeking to procure one license copy of PolyWorks Inspector Premium software, identified by part number PWIPRM. This procurement is categorized under the NAICS code 334519, which pertains to Other Measuring and Controlling Device Manufacturing, and is essential for enhancing measurement and inspection capabilities within the Navy. The closing time for submissions is set for 3 PM Eastern Standard Time on December 15, 2025. Interested vendors can reach out to John Ngov at john.m.ngov.civ@us.navy.mil or by phone at 445-227-0085 for further inquiries.