Proof Test Machine Calibration Services
ID: N5523625Q0098Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSOUTHWEST REGIONAL MAINT CENTERSAN DIEGO, CA, 92136-5205, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is seeking to procure Proof Test Machine Calibration Services for a 200K Data Proof Test Machine located at Naval Base San Diego, California. The procurement involves comprehensive testing and maintenance services, including the inspection and validation of the hydraulic system, functionality checks of the software, and both low and high-end calibrations, with a contract duration spanning five years from July 1, 2025, to June 30, 2030. This service is critical for ensuring the operational integrity and compliance of the equipment used in defense operations. Interested vendors must submit their quotes by April 11, 2025, at 11:00 AM (Pacific) to the designated contacts, Michael Jones and Ricardo Barraza-Cobos, via the provided email addresses.

    Files
    Title
    Posted
    The document is a Combined Synopsis/Solicitation for commercial items, specifically Request for Quotation (RFQ) N5523625Q0098 issued as a Sole Source requirement to Chant Engineering Company, Inc. The Government intends to procure testing and maintenance services for the Southwest Regional Maintenance Center (SWRMC) located at Naval Base San Diego. The solicitation is processed under FAR Part 12 and 13, highlighting that it is not seeking competitive bids. Interested parties can express their capability to meet the requirements while understanding that the Government retains discretion in determining if competition will take place. Additionally, the document lists numerous applicable FAR and DFARS clauses that outline contract terms, conditions, and requirements for compliance, including clauses addressing small business and labor standards. Quotes must be submitted no later than April 11, 2025, at 11:00 AM (Pacific), via specified email addresses, ensuring they comply with solicitation instructions. The evaluation criteria for offers will focus on technical acceptability, price (Low Price Technically Acceptable), and past performance. This RFQ represents a focused acquisition approach targeting a specific vendor for streamlined procurement of essential services while adhering to regulatory frameworks.
    The document presents a request for specification clarification related to a solicitation (No. N5523625Q0098) concerning the calibration of a 200K Proof Test Machine at the Southwest Regional Maintenance Center (SWRMC). It includes contact information for SWRMC representatives, Michael Jones and Ricardo Barraza-Cobos, who can address contractor inquiries. The form is structured for internal reviews by planners, supervisors, and other relevant personnel, with sections dedicated to technical, planner, code, and advance plan reviews. The form asks about potential changes to specifications, drawings, requirements, or materials but does not provide detailed content beyond the request for questions and clarification. This document is part of the federal government’s procurement process, emphasizing communication between contractors and government entities in ensuring compliance with specifications and project requirements, vital for maintaining operational standards and timelines in federal contracts.
    The Statement of Work outlines the requirements for the annual calibration and service of a 200K Data Proof Test Machine at the Southwest Regional Maintenance Center (SWRMC) in San Diego, California. Vendors are tasked with inspecting and validating the integrity of the hydraulic system, checking the functionality of the current software, and performing low and high-end calibrations. Detailed inspections of various machine components, including cylinder rods and electrical connections, are also required. Vendors must submit a comprehensive service report to the product line supervisor. The contract spans five years, beginning July 1, 2025, through June 30, 2030. SWRMC emphasizes that it will not cover costs for any unapproved additional work. The document serves as a request for proposals, adhering to federal grant and contracting standards, seeking qualified vendors to ensure the equipment's proper functioning and compliance with operational standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Vehicle Scale Calibration Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide Vehicle Scale Calibration Services at Beale Air Force Base, California. The procurement involves annual calibration, inspection, testing, and maintenance of six government-owned scales used for verifying vehicle and cargo weights, ensuring compliance with Department of Transportation and MIL-AIR weight limitations. This contract is crucial for maintaining operational efficiency and safety standards, with a total small business set-aside and a potential contract value not exceeding $5,000 per year for "Over and Above" repairs. Interested parties must submit their quotes by January 6, 2026, and are encouraged to attend a site visit on December 22, 2025, with prior access arrangements required by December 17, 2025. For further inquiries, contact Lamar Mullins at lamar.mullins@us.af.mil or Katherine Moe at katherine.moe@us.af.mil.
    Calibration and Repair Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard Aviation Logistics Center (ALC), is seeking qualified contractors to provide Tool Calibration and Repair Services for 26 U.S. Coast Guard Air Stations. The services required include testing, calibrating, repairing, and certifying various tools and equipment, with an annual volume of approximately 7,189 items across the stations, necessitating a turnaround time of ten business days for non-emergent calibrations. This procurement is critical for maintaining operational readiness and ensuring compliance with safety and performance standards for aviation equipment. Interested contractors must respond to the Sources Sought notice by January 30, 2026, at 5:00 P.M. Eastern Time, and can direct inquiries to Denise Bulone at denise.j.bulone@uscg.mil.
    Total Care Support for PSEF
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The procurement includes essential services such as software updates, repair or replacement of defective hardware, temporary systems provision during testing impacts, phone support, and up to two site visits, all to be delivered at the Patuxent River Naval Air Station. This contract, valued on a firm fixed-price basis, is critical for maintaining operational readiness and efficiency of the PSEF's testing capabilities, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their brand name quotes by 12:00 pm on December 20, 2025, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring compliance with all specified requirements.
    Calibration and Repair Support Services
    Dept Of Defense
    The Department of Defense, through 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 specifically aimed at contractors who hold a Seaport-NXG Multiple Award Contract, emphasizing the importance of specialized engineering services in supporting the Navy's Research, Development, Test and Evaluation (RDTE) components. Interested parties can reach out to primary contact Daniel Belcher at daniel.c.belcher3.civ@us.navy.mil or by phone at 540-487-5799, or secondary contact Alana Clifford at alana.n.clifford.civ@us.navy.mil or 540-706-9653 for further details regarding the solicitation process.
    Ideal Aerosmith Rate Table Calibration
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the Ideal Aerosmith Rate Table Calibration services at Robins Air Force Base in Georgia. This procurement involves providing on-site calibration services for specific Ideal Aerosmith models, including all necessary tools, parts, materials, equipment, labor, and transportation, under a Firm Fixed Price (FFP) contract structure. The contract will span a 12-month base period with four one-year options, emphasizing compliance with various safety, security, and environmental regulations. Quotes are due by December 22, 2025, with an anticipated award date of January 9, 2025. Interested parties can contact Joshua Belzince at joshua.belzince@us.af.mil or Joshua Sharpe at joshua.sharpe.6@us.af.mil for further information.
    66--PRESSURE TESTER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a pressure tester, categorized under the NAICS code 334513, which pertains to instruments and related products manufacturing for measuring, displaying, and controlling industrial process variables. The procurement includes specific requirements for item unique identification, inspection and acceptance protocols, and adherence to various quality assurance standards, emphasizing the importance of compliance with technical specifications and documentation. This equipment is critical for ensuring the operational readiness and safety of naval systems, reflecting its significance in defense operations. Interested vendors should direct inquiries to Brianna L. Walker at 564-226-3029 or via email at brianna.l.walker3.civ@us.navy.mil, with proposals expected to remain valid for 60 days post-quotation submission.
    Servocyclinder
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is preparing to issue a Request for Proposal (RFP) for the procurement of servocylinders specifically for the F110 system. The RFP is expected to be released on February 14, 2025, with a closing date of March 17, 2025, and it will require the delivery of four units by February 16, 2027, to the designated destination DGRQ00. This procurement is vital for maintaining operational readiness in military applications utilizing the F110 system, and while there are qualification requirements, it is not classified as a critical safety item. Interested parties can reach out to David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further information.
    Magnification Check Kits
    Dept Of Defense
    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.
    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.
    YD Crane Rental and Tug Services at Naval Base San Diego, CA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is seeking contractors to provide Yard Derrick floating crane and tug services at Naval Base San Diego, California. This procurement aims to support fleet requirements in the San Diego area for a duration of 31 days, specifically from February 8, 2023, to March 10, 2023, with the possibility of extending the contract for three additional one-week options. These services are crucial for the efficient operation and logistical support of naval fleet activities in the region. Interested parties can reach out to Stephanie Scannell at stephanie.j.scannell2.civ@us.navy.mil or by phone at 408-373-2209 for further details regarding this opportunity.