Sources Sought - Two-Pressure Humidity Generator
ID: N4215825RC50514Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified vendors to provide maintenance and calibration services for the Model 2500ST Two-Pressure Humidity Generator. The primary objective is for the selected contractor to evaluate and repair the equipment while adhering to strict calibration standards, ensuring traceability to recognized measurement systems, as outlined in the attached Statement of Work. This procurement is crucial for maintaining the operational integrity of calibration services provided by the Mid-Atlantic Regional Calibration Center (MARCC) for various government assets. Interested parties must submit their responses to Jordan Moore at jordan.e.moore.civ@us.navy.mil and Denise Swain at denise.j.swain.civ@us.navy.mil by 11:00 A.M. on April 25, 2025, as this opportunity is intended for sole source under the 8(a) program and is not a request for proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work for the evaluation and repair of the Model 2500ST Two-Pressure Humidity Generator at the Mid-Atlantic Regional Calibration Center (MARCC). The MARCC provides calibration services for various government assets. The primary objective is for a vendor to assess and repair the specific equipment while adhering to strict calibration standards, ensuring traceability to recognized measurement systems. The scope includes providing a cost breakdown for any required repairs, which must be approved before proceeding. The government assumes responsibility for shipping and handling the equipment, while the contractor must comply with security protocols for access to Norfolk Naval Shipyard, including obtaining a DBIDS card. Additionally, safety guidelines and procedures must be strictly followed, aligning with Federal and OSHA standards. The contract has a performance period of one year from the award date, with specified points of contact for communication. The essence of this document emphasizes compliance, safety, and structured execution of repair services as required by government regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    THM-100 Maintenance and Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking maintenance and service for a THM-100 Monitor, with the procurement managed by the 97th Contracting Squadron at Altus, Oklahoma. The requirement is for specialized service and maintenance, which is intended to be awarded to Aqua Metrology System LTD, as they are the only source capable of fulfilling this need. This procurement is critical for ensuring the operational reliability of the monitoring equipment used in various applications, and interested parties must submit a capability statement by December 11, 2025, at 11:30 AM CST, via email to the designated contacts. For further inquiries, potential respondents can reach out to TSgt Kevin Pillow or Mr. Scott Swain at the provided email addresses.
    COMPRESSOR,MARC350A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of the COMPRESSOR, MARC350A, through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to secure a reliable repair service with a required turnaround time of 90 days, emphasizing the importance of timely and efficient repair for operational readiness. This solicitation is part of an emergency acquisition initiative, and interested contractors must submit their quotations by December 15, 2025, while adhering to specific requirements outlined in the solicitation, including pricing and repair turnaround details. For further inquiries, potential bidders can contact Valentino P. Arena at 717-605-2498 or via email at valentino.p.arena.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).
    LIQUFIER MODULE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the Liquifier Module through NAVSUP Weapon Systems Support Mechanicsburg. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 91 days, with all repairs needing to comply with specified quality standards and government inspections. This module is critical for measuring liquid and gas flow, and the contract will be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested parties should direct inquiries to Alison E. Harper at 771-229-0456 or via email at ALISON.E.HARPER.CIV@US.NAVY.MIL, and must ensure their quotes include unit price, total price, and RTAT details.
    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.
    66--GAGE,PRESSURE,DIAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 14 units of a pressure gauge (NSN 1H-6685-007995783-X5) under a presolicitation notice. The procurement is intended for a specific part for which the Government does not own the necessary data or rights for alternative sourcing, making it uneconomical to reverse engineer or purchase data from other sources. Interested parties have 45 days to express their interest and capability to fulfill this requirement, although the Government reserves the right to proceed with a sole-source contract under FAR 6.302-1. For further inquiries, potential vendors can contact Melissa A. Furness at (771) 229-0075 or via email at MELISSA.FURNESS@NAVY.MIL.
    Temporary Dehumidification System w/ Inline Heaters
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is soliciting quotes for the rental and maintenance of a Temporary Dehumidification System with Inline Heaters to be utilized at the New London Subbase in Groton, Connecticut. The procurement requires a dehumidification system that includes a 5,000 CFM electric reactivation Desiccant Climate Control Unit, two 60kW inline electric heating coils, and necessary supporting infrastructure, all designed to operate in outdoor conditions ranging from -10°F to 110°F. This system is crucial for providing dry and tempered process air for various industrial applications, ensuring compliance with specific standards and operational requirements. Proposals are due by December 17, 2025, at 5:00 PM EST, and interested vendors must be registered in SAM and submit detailed technical documentation along with pricing forms. For further inquiries, contact Alyssa Scarelli at alyssa.a.scarelli.civ@us.navy.mil or by phone at 207-994-0740.