Calibration Services for a quantity of two (2) Torque Strain Gauge Kits.
ID: W912NW-26-Q-A002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK CCAD CONTR OFFCORPUS CHRISTI, TX, 78419-5260, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide calibration services for two Torque Strain Gauge Kits, model LTCT13527, at the Corpus Christi Army Depot in Texas. The procurement requires the contractor to ensure that the kits are calibrated to Original Equipment Manufacturer (OEM) specifications, with a 0% failure rate, and to deliver calibration certificates within five days of completion. This calibration is critical for maintaining the operational integrity of the equipment used in military applications. Interested parties should note that the solicitation number is W912NW26QA002, with an offer due date of November 10, 2025. For further inquiries, contact Terry B. Clark at terry.b.clark4.civ@army.mil or by phone at 361-961-6489.

    Point(s) of Contact
    Files
    Title
    Posted
    This document addresses questions and answers regarding the calibration and repair of torque strain gauge kits, specifically the Allied Signal (Honeywell) LTCT13527 model. Two kits require calibration, and the process involves validating the shaft using a calibration standard like an Ormond Test Stand, with a load system calibrated from 0 to 2000 ft-lbs on a 120-day cycle. While serial numbers and past calibration certificates will not be provided until contract award, the contractor is responsible for obtaining OEM calibration procedures. The government will not approve additional funds for repairs, and shipping to and from the contractor's site will be managed by the government and contractor, respectively.
    This document addresses questions regarding a government Request for Proposal (RFP) for the calibration and repair of torque strain gauge kits. The kits consist of Allied Signal (Honeywell) Model LTCT13527, which includes a Strain Gauged Shaft Kit (LTCT13578) and a Strain Indicator (LTCT990). Two such kits require calibration. The calibration involves validating a shaft using a standard like an Ormond Test Stand, with a load system calibrated from 0 to 2000 ft-lbs. Photographs of the kits are provided as Attachment 4 in the PWS. While manufacturer and model numbers are disclosed, serial numbers and past calibration certificates will not be provided until contract award. The government expects the contractor to obtain OEM calibration procedures, as competitive bids are now possible due to multiple entities having access to the necessary technical data. Minor repairs will not receive additional funding, and the government will ship the kits to the contractor, with the contractor responsible for return shipping with tracking.
    This Performance Work Statement outlines the requirements for annual calibration of two Allied Signal LTCT13527 torque meter strain gage kits for the Corpus Christi Army Depot. The contractor is responsible for providing all necessary personnel, equipment, and services at their facility, except for government-furnished shipping of the kits to the contractor. Key aspects include developing a Quality Control Program, adhering to a 40-hour work week (excluding holidays), and complying with extensive security and data rights regulations. The government retains unlimited rights to all documents and materials produced under the contract. Contractors must ensure personnel are properly trained, undergo background checks, and comply with IT/IA requirements. The performance standard requires all kits to be calibrated to OEM specifications with a 0% failure rate, and calibration certificates must be delivered within five days of completion.
    This document is a Standard Form 1449, "Solicitation/Contract/Order for Commercial Products and Commercial Services," used for government procurement. It outlines the process for soliciting offers and awarding contracts, specifically highlighting opportunities for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). Key details include the solicitation number W912NW26QA002, an offer due date of November 10, 2025, and an issuing office of W912NW CCAD CONTR OFF in Corpus Christi, TX. The acquisition falls under NAICS code 811210 with a size standard of $12,000,000.00. The form details sections for contractor information, delivery, payment, and outlines the incorporation of Federal Acquisition Regulation (FAR) clauses. It serves as a comprehensive framework for both solicitation and contract award for commercial items within the federal government.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Hygrometer Calibration
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is soliciting quotes for the calibration of Panametrics OptiSonde chilled mirror hygrometers and associated sensors. This procurement is aimed at ensuring precise calibration services that meet stringent standards, with a focus on maintaining compliance with ISO/IEC 17025:2017 and other relevant accreditation requirements. The contract includes a base period from January to May 2026, followed by four one-year option periods extending through May 2030, with performance occurring at the contractor's facility. Interested vendors must submit their quotes by December 10, 2025, at 8:00 AM ET, and are required to be registered in SAM.gov, providing necessary certifications and a Government Property Management System Plan. For further inquiries, vendors can contact Madalyn Lavoie at madalyn.r.lavoie.civ@us.navy.mil.
    Radial Play Machine for Large Bearings
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at the Corpus Christi Army Depot (CCAD), is seeking information regarding the procurement of a Radial Play Measurement Machine for Large Bearings. This acquisition aims to replace aging machines that are frequently breaking down, necessitating a reliable and accurate solution for measuring large bearings with an outer diameter range of 6-23 inches and an inner diameter range of 5-15 inches. The contractor will be responsible for providing a turn-key installation, including all necessary equipment, technical data, and compliance with environmental and safety standards, with a completion timeline of 18 months. Interested parties must submit their responses to the Request for Information (RFI) by December 10, 2025, at 11:00 AM CST, to Edward Chilson at edward.a.chilson.civ@army.mil, and proprietary information must be clearly marked.
    Calibration and Repair Support Services
    Buyer not available
    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.
    6635 - 66 -- TESTER, TORQUE WRENCH
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking to negotiate and award a contract for a Tester, Torque Wrench, under a justification for other than full and open competition. This procurement is critical for ensuring the accuracy and safety of torque indicating equipment used on various naval ship classes, including DDG, NBU, SSGN, and CG 65, as the item is essential for verifying torque settings in military applications. The only approved source for this item is A K O Inc, which has met all necessary qualifications to provide the required equipment. Interested parties can reach out to Daniel Shepley at 1-717-605-7043 or via email at Daniel.C.Shepley.civ@us.navy.mil for further details regarding this opportunity.
    TRANSDUCER ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the manufacture of a Transducer Assembly, which is critical for measuring and controlling industrial process variables. This procurement requires compliance with specific quality assurance standards and includes detailed requirements for inspection, packaging, and marking, particularly emphasizing the prohibition of mercury contamination due to the assembly's intended use on submarines and surface ships. Interested vendors must submit their proposals by December 19, 2025, and are encouraged to contact Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL for further information regarding the solicitation.
    V250 AND TMS KIT
    Buyer not available
    The Department of Defense, specifically the Army's Prototype Integration Facility (PIF) at Redstone Arsenal, is seeking contractors to provide a Torque Measurement System (TMS) Kit for the Variable-Geometry, Radial Outflow Compressor (VAROC) Air Dynamometer 250 and T408 aircraft engine. The procurement includes essential components such as TMS modules, spline adapters, plumbing, a calibration kit with weights, and electronics including a signal processor and Rotastat Control, all aimed at supporting Flexible Engine Diagnostics Systems (FEDS). This TMS is critical for evaluating the V250 Dynamometer's capabilities in testing the T408 engine, with deliverables that encompass special rotor considerations, identification of torque measurement equipment, and necessary documentation updates. Interested parties can reach out to Leighton Bragg at LEIGHTON.E.BRAGG.CIV@army.mil or Al Condino at al.j.condino.civ@army.mil for further details.
    TRANSMITTER,PRESSUR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of pressure transmitters under a firm fixed-price contract. The procurement aims to ensure the repair and maintenance of critical pressure, temperature, and humidity measuring instruments, which are essential for various military applications. Interested contractors are required to provide a quotation valid for 60 days, detailing their repair turnaround time and throughput capacity, with the contract award anticipated following the evaluation of submitted proposals. For inquiries, potential bidders can contact Carly Gassert at 771-229-0084 or via email at CARLY.GASSERT@NAVY.MIL.
    Medical Equipment Calibration
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide medical equipment calibration services for the Maine Army National Guard Aviation Support Facility located in Bangor, Maine. The contract will involve the inspection, calibration, and repair of 75 pieces of medical equipment from manufacturers such as Zoll, Welch Allyn, Carefusion, Impact, and Hamilton, under a non-personal service agreement. This procurement is critical for maintaining operational readiness and ensuring the reliability of medical equipment used by the military. Interested vendors must have an active registration in SAM.gov and should prepare for a Request for Quote (RFQ) that is expected to be issued around December 9, 2025, with the performance period set from February 2, 2026, to February 27, 2026. For further inquiries, vendors can contact Thomas Ryan at thomas.j.ryan36.civ@army.mil or Darlene Howes at darlene.r.howes.civ@army.mil.
    Magnification Check Kits
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for Magnification Check Kits (MCK) under a total small business set-aside contract. The procurement includes a base quantity of one MCK with options for five additional units, all of which must comply with Calibration Standards Specification JAX-0007, and also includes onsite training for maintenance and repair for up to ten personnel. These kits are crucial for calibrating optical comparators used by Navy personnel in both shore-based laboratories and on-site applications, ensuring precision in measurement and compliance with military standards. Interested vendors must submit their quotations electronically by December 19, 2025, and can direct inquiries to Julia Hunt at julia.m.hunt3.civ@us.navy.mil.
    813 Torque Meter System (TMS) Readout
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, intends to procure 22 units of the 813 Torque Management System Readout from Concepts NREC, LLC, located in White River Junction, VT. This procurement is being conducted on a sole source basis due to the proprietary nature of the system, with Concepts NREC being the Original Equipment Manufacturer and the exclusive data rights holder. The items are critical for aircraft maintenance and repair, ensuring operational efficiency and safety. Interested parties may submit responses by December 11, 2025, at 1:00 pm EST, with inquiries directed to Mr. Juan Carlos Belmonte at juancarlos.r.belmonte.civ@us.navy.mil.