Gauge Calibration
ID: N32205-25-SSN-GaugeCalType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYMSC NORFOLKNORFOLK, VA, 23511-2313, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS (J052)
Timeline
    Description

    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for gauge calibration services, including the repair and replacement of various shipboard gauges, meters, thermometers, and test equipment. The primary objective of this procurement is to ensure the operational readiness of MSC's fleet by maintaining accurate monitoring of machinery performance, with services required both on-site and off-site, particularly for high-voltage systems that necessitate specific safety training. Interested businesses are invited to submit capabilities packages detailing their qualifications and relevant experience by March 7, 2025, and should direct inquiries to Robert Corsino at robert.j.corsino.civ@us.navy.mil or Stacy Ziehl at stacy.m.ziehl.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Draft Performance Work Statement (PWS) outlines requirements for the Military Sealift Command (MSC) regarding the calibration, repair, and replacement of essential gauges, meters, thermometers, and test equipment utilized aboard its vessels. The primary objective is to ensure the vessels maintain operational readiness through accurate monitoring of machinery performance. Calibration services will typically occur "In Place," while repairs can be performed both aboard the ships and at contractor facilities. Contractors must possess specific accreditations, maintain updated certifications, and ensure their personnel meet security and training regulations. Key tasks include supplying qualified technicians, delivering comprehensive service reports, maintaining compliance with industrial safety standards, and conducting necessary calibrations and repairs to manufacturer specifications. The contractor is also responsible for effective communication with ship personnel through briefings at the start and end of service calls. Moreover, all technical data generated will become property of the MSC. The document emphasizes the importance of adherence to regulatory requirements and proper management of resources, including the utilization of government inventory when possible, to support efficient operations across MSC's global fleet.
    The Military Sealift Command (MSC) issued a Sources Sought Notice to gauge interest and capability among potential contractors for the calibration, repair, and replacement of various shipboard gauges, meters, thermometers, and test equipment. This initiative supports MSC's mission of maintaining operational readiness in its fleet. The work involves both on-site and off-site repairs, with a focus on high-voltage systems requiring specific safety training. Interested businesses are invited to submit capabilities packages detailing their qualifications, relevant experience, and socioeconomic designations by March 7, 2025. Additionally, a set of market survey questions aims to gather feedback on the draft performance work statement and assess available contract vehicles. The overall goal is to identify capable vendors and ensure compliance with safety and operational standards in service support for government-owned vessels.
    Lifecycle
    Title
    Type
    Gauge Calibration
    Currently viewing
    Sources Sought
    Similar Opportunities
    USNS ROBERT PEARY JP-5 FLOW METER
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting quotes for the procurement of a JP-5 flow meter system, which includes a drainable Coriolis meter, a flow/density transmitter, and a dual totalizer. This procurement is critical for the operation of the USNS Robert Peary and emphasizes the need for high-quality instruments that meet specific government standards, with a required delivery date of April 22, 2025, to a designated location in Norfolk, Virginia. The total anticipated value of this procurement is approximately $12,625.96, and interested vendors must submit their offers, including technical specifications and compliance documents, by 10:00 EST on February 13, 2025. For further inquiries, potential quoters can contact Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil.
    66--GAGE,DIFFERENTIAL,D, IN REPAIR/MODIFICATION OF
    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 and modification of differential gauges. This procurement aims to ensure the operational readiness of critical measuring instruments used in various defense applications, adhering to stringent quality and safety standards. The contract will require vendors to provide a firm-fixed price quote for the complete repair effort, including teardown and evaluation, with a requested turnaround time of 166 days. Interested parties should direct inquiries to Robert H. Langel at 717-605-3353 or via email at ROBERT.H.LANGEL.CIV@US.NAVY.MIL, and must comply with all outlined requirements to be considered for this opportunity.
    Defense Maritime Solutions (WARTSILA) Brand Equipment (Supply) and Maintenance Repair
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking potential sources for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract focused on the maintenance and support of Defense Maritime Solutions (WÄRTSILÄ) brand equipment. The procurement aims to secure engineering support, general services, and hardware, with tasks including routine maintenance, corrective repairs, and training, all governed by individual Task Orders (TOs). This initiative is crucial for ensuring the operational readiness of the MSC fleet, adhering to stringent quality and safety standards set by the American Bureau of Shipping (ABS) and the United States Coast Guard (USCG). Interested vendors, particularly small businesses, are encouraged to submit capability statements and past performance data by March 12, 2025, to primary contact Deborah Brett at deborah.d.brett.civ@us.navy.mil or secondary contact Andrew MacDonald at andrew.p.macdonald2.civ@us.navy.mil.
    25-SIMACQ-E50-0002: Data Logger Calibration
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), is seeking to procure calibration and repair services for environmental monitoring data loggers utilized in the transportation and storage of Standard Missile All-Up-Rounds. The contract aims to engage LANSMONT Corporation for these services, ensuring compliance with ISO/IEC 17025:2005 calibration standards, which are critical for maintaining the operational reliability of missile defense systems. The procurement includes calibration of 25 units and repair of 10 units, with quotes due by February 17, 2025, and evaluations based on price, technical capability, and past performance. Interested vendors can contact Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Brian Carpenter at brian.a.carpenter14.civ@us.navy.mil for further details.
    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.
    Military Sealift Command Waterborne Hull Cleaning and Associated Work Sources Sought
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified small businesses to provide waterborne hull cleaning and associated underwater ship husbandry services for its Government Owned, Government Operated vessels. The procurement aims to assess the capabilities of potential offerors in fulfilling requirements for hull cleaning, inspection, and related tasks across various geographical zones, including the Atlantic, Pacific, and European waters. This initiative underscores the importance of maintaining operational standards for naval maintenance while promoting small business participation in government contracts. Interested parties should respond to the market survey by March 3, 2025, and can direct inquiries to Shelby Probert at shelby.m.probert.civ@us.navy.mil or Timothy Lewis at timothy.lewis60.civ@us.navy.mil.
    66--GAGE,DIFFERENTIAL,D
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure three units of a differential gage (NSN 7H-6685-014151390) under a presolicitation notice. The procurement is set aside for small businesses, as indicated by the Total Small Business Set-Aside designation, and the items will be delivered to two locations: DLA Distribution in New Cumberland, PA, and DLA Distribution San Joaquin in Tracy, CA. This equipment is crucial for measuring and controlling pressure, temperature, and humidity, which are essential functions in various defense applications. Interested parties are encouraged to submit their capabilities and proposals within 45 days of the notice, and they can contact Catherine Tran at (717) 605-6805 or via email at UYENCATHERINE.H.TRAN.CIV@US.NAVY.MIL for further information.
    Oxygen Clean Low Pressure Calibrator (OCLPC)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of Oxygen Clean Low Pressure Calibrators (OCLPC) under solicitation number N6426725R0353. This procurement aims to acquire Commercial-Off-The-Shelf (COTS) OCLPC units, which are critical for ensuring accurate calibration in oxygen clean environments, thereby supporting operational readiness and safety for Navy personnel. The contract will span three years and includes provisions for training, installation services, and compliance with stringent military specifications. Proposals are due by February 14, 2025, at 10:00 AM, and interested parties should direct inquiries to Maria Rubio at maria.a.rubio3.civ@us.navy.mil or Marcella G Webber at marcella.g.webber.civ@us.navy.mil.
    Repair and Calibration of Synchro Resolver Simulation and Measurement Systems
    Buyer not available
    The Department of Defense, specifically the Marine Corps Logistics Command (MARCORLOGCOM), is seeking potential service providers for the repair and calibration of four North Atlantic Industries (NAI) Synchro/Resolver Simulation and Measurement systems. The procurement requires diagnostic analysis, detailed repairs, calibration, and performance testing to ensure these critical measurement tools meet high functional standards. This initiative is part of the NAICS code 811210, which pertains to electronic and precision equipment repair and maintenance, and may lead to contracts set aside for small businesses or open competition, potentially resulting in multiple awards. Interested organizations are encouraged to submit capability statements, including contact information and relevant documentation, by February 14, 2025, to Matthew Bute at matthew.d.bute.mil@usmc.mil.
    USNS WASHINGTON CHAMBERS MAIN DIESEL ENGINE MED SPEED TYPE 8L
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is issuing a Request for Quotes (RFQ) for the procurement of specific commercial products and services, including various pump elements and solenoid valves, for the USNS Washington Chambers' main diesel engine. This procurement is critical for maintaining operational reliability and safety in marine applications, as it involves replacement parts from Fairbanks Morse LLC, the sole source vendor due to proprietary rights and OEM status. Quotes are due by 10:00 EST on February 12, 2025, with delivery required by February 28, 2025, to San Diego, California. Interested suppliers should contact Christina Guevara at christina.a.guevara.civ@us.navy.mil or Edward Ruhling at edward.v.ruhling.civ@us.navy.mil for further details.