Wattmeter Calibrator System
ID: N6426725R6005Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERNORCO, CA, 92860, 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 Surface Warfare Center, is seeking responses from qualified vendors for the modernization of its Wattmeter Calibration Systems (WCS) and the procurement of a Primary Lab Wattmeter Calibration System (PLWCS) under the Naval Air Systems Command's Metrology and Calibration (METCAL) Program. The initiative aims to replace the existing WCS, which has been in service for over 40 years, with a modernized system that enhances measurement range, accuracy, and precision for calibrating both analog and digital radio frequency wattmeters in shore-based laboratories. This procurement is critical for maintaining high standards of measurement accuracy and operational readiness within the Navy, ensuring compliance with military specifications and enhancing the capabilities of calibration processes. Interested parties are encouraged to submit a Capability Statement and Rough Order of Magnitude by 1300 Pacific Daylight Time on May 6, 2025, to Marcella Webber at marcella.g.webber.civ@us.navy.mil, referencing Sources Sought Notice N6426725R1015 in the subject line.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines various Data Item Descriptions (DIDs) associated with federal contracts related to software and maintenance activities, focusing on the Software Sustainability Package (SSP), Syllabus, Software/Firmware Change Requests, Software License Requirements List, Calibration Certificates, and Commercial Off-the-Shelf (COTS) manuals. The SSP serves as a comprehensive repository for software components necessary for sustainment by non-developers or manufacturers, providing a framework for procurement and use policies. The Syllabus details training course structures, ensuring standards in training development. The Software/Firmware Change Request process manages changes in software/firmware, emphasizing cost implications and related systems. The Software License Requirements List is crucial for maintaining software licenses throughout the lifecycle of systems. Calibration Certificates ensure compliance with measurement standards, documenting calibration processes for DoD equipment. Lastly, COTS manuals support the acquisition of commercial equipment. Collectively, these documents support government contracting efforts by establishing clear requirements for software development, training, and regulatory compliance within defense acquisition programs.
    The Naval Surface Warfare Center, Corona Division is issuing a Sources Sought Notice for the modernization of the Wattmeter Calibration Systems (WCS) and procurement of a Primary Lab Wattmeter Calibration System (PLWCS) under the Naval Air Systems Command's Metrology and Calibration (METCAL) Program. The current WCS, in service for over 40 years, requires updates to enhance measurement accuracy and expand its capabilities, while the PLWCS will serve to calibrate the WCS and support high-precision workloads in shore-based labs. The primary NAICS code for this procurement is 334515, focusing on instrument manufacturing for measuring electrical signals. A five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract is anticipated. Both small and other-than-small businesses are encouraged to submit a Capability Statement consisting of corporate expertise, overview of capabilities, questions for the government, and a rough order of magnitude for potential costs. Responses should be limited to 10 pages and structured according to specified content sections. Interested parties must submit their responses by April 22, 2025, with inquiries directed to a designated government contact. This notice is for information purposes only and does not constitute a formal solicitation.
    The Naval Air Systems Command (NAVAIR) seeks to modernize its Wattmeter Calibration Systems (WCS) and acquire a Primary Lab Wattmeter Calibration System (PLWCS). The current calibration system, over 40 years old, requires upgrades to enhance the Navy's Radio Frequency (RF) calibration workload, increasing measurement range, accuracy, and precision. The procurement includes one to eleven WCS units and one PLWCS, following established Calibration Standards Specifications (CSS). Requirements for the procurement encompass material provisions, installation, training, calibration certification, software documentation, and warranty stipulations. Detailed deliverables are expected, including technical manuals, calibration certificates, and instrument calibration procedures, with specified reporting standards. Additionally, the document outlines expectations for training syllabi and uncertainty analysis regarding measurement capabilities, emphasizing the need for thorough preparation in operational contexts. This initiative reflects the government’s commitment to maintaining and enhancing precision calibration systems essential for naval operations, ensuring compliance with rigorous military standards and facilitating workforce training.
    The document outlines the Calibration Standards Specification for a Wattmeter Calibration System (WCS) to be utilized by the Department of the Navy's Metrology and Calibration Program. It establishes the minimum technical requirements for the WCS, designed to ensure calibrating both analog and digital radio frequency wattmeters with capabilities of handling power outputs of up to 1050 watts at specific frequency ranges. Key specifications cover safety, electrical requirements, digital interfaces, performance criteria, and maintainability to ensure operational efficiency and reliability. The WCS system will entail components like a low and high power transfer standard, necessary for precise calibrations, supported by detailed operational guidelines. The goal is to provide Navy personnel with a robust calibration system that adheres to military standards, facilitating high-quality maintenance and operational readiness of measurement equipment. This procurement package is essential in reinforcing the Navy's commitment to maintaining accurate and reliable measurement standards, aligning with federal and state procurement protocols for government operations.
    The document outlines the specifications for a Wattmeter Calibration System (WCS) intended for the Department of the Navy's Metrology and Calibration Program. The WCS is designed for calibration of both analog and digital RF wattmeters in Navy shore-based laboratories and must comply with Class 4 requirements as per military standards. Key features include generating power outputs up to 1050 watts at specified frequency ranges, a robust digital interface for external control and data transfer, and stringent safety and reliability measures, ensuring the equipment operates effectively for at least 10,000 hours under normal conditions. The specifications cover safety requirements, design construction, environmental performance, marking, and maintainability, prioritizing accessibility for maintenance and fault isolation. The WCS is expected to support calibration requirements of various test instruments, illustrating the Navy's commitment to maintaining high precision in measurement for operational effectiveness. This procurement package highlights the importance of advanced calibration systems in military applications and drives innovation while adhering to compliance standards.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Vision Measurement System
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from potential sources capable of providing Vision Measurement Systems (VMS) as part of a Sources Sought notice. The procurement aims to acquire a minimum of one and a maximum of four VMS units, which are critical for calibration standards of various gauges and micrometers, adhering to specific military standards and requirements outlined in the Statement of Work (SOW). These systems will be utilized in shore-based laboratories to calibrate test instruments, ensuring high accuracy and performance in dimensional and angular measurements. Interested parties must submit a Capability Statement by December 17, 2025, to Andrew Davis at andrew.m.davis106.civ@us.navy.mil, referencing Sources Sought Notice N6426726R1004, as this notice is for market research purposes and does not constitute a solicitation for proposals.
    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).
    VOLTMETER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of voltmeters under a fixed-price contract. The primary objective is to manufacture and design voltmeters that meet specified technical requirements, including compliance with exclusion of mercury and adherence to quality assurance standards. These voltmeters are critical for electrical and electronic properties measuring and testing, supporting various defense applications. Interested vendors should direct inquiries to Taylor Bloor at 771-229-0099 or via email at TAYLOR.BLOOR@NAVY.MIL, and are encouraged to review the detailed solicitation for submission timelines and requirements.
    66--METER,ARBITRARY SCA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 25 units of the Arbitrary Scale Meter (NSN 6625-12-388-8404). This solicitation is part of a combined synopsis/solicitation process, and the meters are essential for measuring and testing electricity and electrical signals, which are critical in various defense applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery to DLA Distribution San Diego is set for 168 days after order placement. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    Sources Sought Notice for Continuous Wave Parametric Oscillator (CW OPO) Laser System
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking information regarding a Continuous Wave Parametric Oscillator (CW OPO) Laser System to fulfill specific technical requirements. The desired system must include a pump laser, signal and idler laser outputs with defined tunable ranges and power, control electronics compatible with U.S. power and Windows PCs, as well as a high-accuracy wavelength meter and stabilization controls. This procurement is crucial for advancing analytical laboratory capabilities, and interested vendors are encouraged to submit their company details, equipment specifications, and service offerings by email to Forest Crumpler at forest.crumpler@nist.gov by October 31, 2022. This notice serves as market research and does not constitute a solicitation or commitment to award a contract.
    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.
    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.
    METER,FLOW,SPECIAL
    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 specialized flow meters. These meters are critical for measuring and testing electrical and electronic properties, aligning with the NAICS code 334412 for Bare Printed Circuit Board Manufacturing. The procurement emphasizes compliance with various technical and quality requirements, including inspection and acceptance protocols, and is subject to a total small business set-aside. Interested vendors should direct inquiries to Taylor Bloor at 771-229-0099 or via email at TAYLOR.BLOOR@NAVY.MIL, with proposals expected to adhere to the outlined specifications and deadlines as detailed in the solicitation documents.
    66--METER,FLOW RATE IND, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of flow rate indicator meters. The procurement involves the repair of four specific units, identified by part number CMF200M419N0A2EZZZ and NIIN 016168348, with a required turnaround time of 90 days from receipt of the assets. These meters are critical for measuring liquid and gas flow, which is essential for various military operations. Interested contractors must submit their quotes via email to Christopher Campellone by the specified deadline, and they must also comply with government source approval requirements prior to award. For further inquiries, contractors can reach out to Christopher Campellone at 215-697-2530 or via email at christopher.campellone.civ@us.navy.mil.
    Receiver, Indicator [WSDC: JDN] End Item: Arleigh Burke Class DDG PR: 7014491639; NSN: 6680-013169400 IAW P/N: 73700-0100
    Dept Of Defense
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for the procurement of the Receiver, Indicator (Part Number: 73700-0100), which is classified under NSN: 6680-013169400. This opportunity involves the new manufacture of the item, including labor, materials, inspection, testing, and logistics management, with an estimated requirement of 115 units. The goods are critical for the Arleigh Burke Class DDG, highlighting their importance in naval operations. Interested parties must submit their capability statements by 3:00 PM EST on December 15, 2025, to Melinda.Johnson@dla.mil, as this is a sources sought notice and not a request for proposals.