Proof Test Machine Calibration Services
ID: N5523625Q0098Type: Special Notice
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
    Special Notice
    Similar Opportunities
    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.
    TERADYNE TESTER SUPPORT AGREEMENT
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for a Teradyne Tester Support Agreement to provide maintenance, calibration, and repair services for government-owned Teradyne Model microFLEX Semiconductor Test Systems. This procurement is critical for ensuring the operational readiness of systems used in testing microelectronic circuits for the MK6LE Guidance system, with Teradyne Inc. being the only qualified provider due to their proprietary rights and specialized technical personnel. Interested contractors must be registered in the System for Award Management (SAM) and submit their offers via email to Cierra Vaughn by December 11, 2025, at 4:00 PM Eastern Time, as the contract period is set from December 4, 2025, to November 30, 2027.
    66--PRESSURE TESTER
    Buyer not available
    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.
    Refurbishment and Factory Acceptance Testing of SEAMAC Winch
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking a contractor for the refurbishment and factory acceptance testing of a SEAMAC winch, with the intention to award a firm fixed price contract on a sole-source basis to Okeanus Science & Technology. The project involves restoring the operational capability of the SEAMAC winch, which has been in service since 2001 and is critical for towed array testing aboard the R/V CHINOOK, following a failed dynamic testing event. The contractor will be responsible for all labor, tools, supplies, and equipment necessary to refurbish the winch to original specifications, validate its performance through comprehensive testing, and deliver an Acceptance Test Report and a Government Property Inventory Report by December 31, 2025. Interested parties may submit capability statements by December 10, 2025, to Tracy McDonough at tracy.l.mcdonough2.civ@us.navy.mil for consideration in future competitive procurements.
    Servocyclinder
    Buyer not available
    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
    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.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    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.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    Service and maintenance of the AmeriWater Reverse Osmosis (RO) Water Treatment System and VIQUA Ultraviolet {UV) Water Disinfection System at the Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) is soliciting bids for the service and maintenance of AmeriWater Reverse Osmosis (RO) and VIQUA Ultraviolet (UV) Water Treatment Systems at the Naval Medical Center San Diego, specifically for the Ophthalmology Department. The procurement requires contractors to provide comprehensive maintenance services, including preventive and corrective maintenance, water quality testing to AAMI ST-108 standards, and adherence to various regulatory requirements. These systems are critical for ensuring safe and effective water treatment in a medical setting, underscoring the importance of reliable service and maintenance. Interested contractors must submit their quotes by October 20, 2025, at 10:00 AM Pacific, including a technical capabilities statement and past performance references, and can contact Elliott Penetrante or Isaac Don Willies for further information.
    Buoy Services Wave Data Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Buoy Services Wave Data Renewal from the University of California San Diego, Scripps Institute of Oceanography, Coastal Data Information Division. This procurement is aimed at renewing a sole-source contract for continuous measurement of ocean conditions on the Sea Range, which is critical for accurately portraying conditions for live-fire test programs. The selected vendor will ensure the quality, accuracy, reliability, and schedule of the data provided. Interested firms that believe they can meet these requirements may submit a written response referencing solicitation number N6893626Q5039 within five days of this notice, and must be registered in the System for Award Management (SAM) database to engage in federal contracting.