SOLE SOURCE – SIGNAL AND SPECTRUM ANALYZER REPAIR/CALIBRATION
ID: N0016425Q0593Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure repair and calibration services for five Rohde & Schwarz model FSV40-N Signal and Spectrum Analyzers. The contract is designated as a sole-source procurement, intended exclusively for Rohde & Schwarz USA, Inc., the original equipment manufacturer, due to the specialized nature of the required services and the necessity for compliance with Navy MET/CAL Department standards. This procurement is critical for maintaining the operational integrity of advanced electronic equipment used by the Navy, ensuring that all repairs and calibrations meet stringent government specifications. Interested vendors must submit their offers via email to the primary contact, Shauna Pegg, by April 15, 2025, at 4:00 PM Eastern Time, with the contract performance period scheduled from April 25, 2025, to July 26, 2025.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 7:05 PM UTC
The document is a solicitation for the repair and calibration of Rohde & Schwarz Signal and Spectrum Analyzer Model FSV40-N, identified under the requisition number N0016425Q0593, issued by the NSWC Crane Warfare Center. The contract is set as a sole-source procurement, intended exclusively for Rohde & Schwarz USA, Inc., the original equipment manufacturer (OEM), due to the specificity required for manufacturer-approved repairs and calibrations. The contract stipulates that the contractor must perform repair services and provide calibration according to Navy MET/CAL Department standards, which includes issuing a Certificate of Compliance and Calibration Certification. The contractor is responsible for all necessary labor, materials, and equipment to complete the tasks specified in the scope of work. Deliverables must adhere to set timelines, with inspection and acceptance happening at the government facility in Crane, IN. The delivery period for services is scheduled from April 25, 2025, to July 26, 2025. The document emphasizes the importance of complying with a series of federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses throughout the procurement, ensuring all activities align with government standards.
Apr 10, 2025, 7:05 PM UTC
The document outlines the Contract Data Requirements List (CDRL) for a federal calibration project, emphasizing the necessity for a Certificate of Compliance from contractors. This certificate must affirm the contractor's accreditation in compliance with ISO 17025-2005 or NCSL/ANSI Z540.3 standards. The CDRL is associated with a specific Statement of Work requiring submission within 15 days of contract award. Data submission must occur electronically, in formats such as Microsoft Word or Adobe PDF, to specified government personnel, ensuring traceability and compliance with inspection requirements. Additionally, the document provides detailed guidance on completing the DD Form 1423, including categories for data and estimated pricing groups based on the nature and importance of the data items. This structure facilitates clarity for contractors within federal procurement processes, ensuring contracts meet technical performance and compliance standards while accommodating government oversight. The content demonstrates a commitment to quality assurance through accredited calibration activities, aligned with regulatory requirements.
Apr 10, 2025, 7:05 PM UTC
This document outlines the Contract Data Requirements List (CDRL) for a calibration certificate related to a government contract, specifically for the Navy at NSWC Crane. The data item, designated as A002, requires a calibration certificate to be packaged with delivered units, submitted electronically in Word or PDF format. The contract lines and contractor details are yet to be determined. The submission of this data item is mandated once (as required), with no subsequent submissions noted. The document specifies that proper distribution statements must be included, and it discusses the classification of data items into various groups based on their importance and relevance to contract performance. Clear instructions for both government personnel and contractors on completing the DD Form 1423 are provided to ensure compliance and efficiency in data submission processes. The document further emphasizes adherence to quality and distribution standards while facilitating proper management of resources in government contracts and acquisitions. Overall, it serves as a structured guide for delivering critical calibration documentation aligned with federal acquisition practices.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Rhode & Schwartz (Brand name or equal) – Calibration and Maintenance Services
Buyer not available
The Department of Commerce, specifically the National Telecommunications and Information Administration (NTIA), is seeking qualified contractors to provide calibration and maintenance services for Rhode & Schwartz brand products, particularly the CMW 500 and SMBV models. The objective of this procurement is to ensure accurate testing and preventative maintenance of telecommunications equipment, which is vital for NTIA's research and development efforts in telecommunications and information technology. This firm-fixed price contract will follow Federal Acquisition Regulation (FAR) guidelines, with quotes due by May 5, 2025, and questions accepted until April 30, 2025. Interested contractors should direct inquiries to Erika Crawford at ECRAWFORD@DOC.GOV to ensure compliance and avoid competitive disadvantages.
Modulation Analyzer
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking quotes for the repair and calibration of Modulation Analyzer equipment, identified by part number 8201A-S/4. The procurement involves servicing four analyzers, with a firm delivery deadline set for June 17, 2025, and requires suppliers to provide a six-month warranty, calibration certificates, and comply with specific invoicing processes through the Wide Area Workflow (WAWF) system. This opportunity is crucial for maintaining the operational efficiency of technical equipment used in defense operations, ensuring adherence to federal procurement standards. Interested parties must submit their brand name quotes by 3:00 PM on April 28, 2024, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, and must be registered as authorized distributors to be considered for the award.
Wattmeter Calibrator System
Buyer not available
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 objective is 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 initiative is crucial for maintaining high standards of measurement accuracy and operational readiness within the Navy, ensuring compliance with military specifications and enhancing the capabilities of measurement equipment. Interested parties are invited to submit a Capability Statement and Rough Order of Magnitude by 1300 Pacific Daylight Time on May 6, 2025, to the Procurement Specialist, Taylor O’Neal, at taylor.a.oneal7.civ@us.navy.mil, referencing Sources Sought Notice N6426725R1015 in the subject line.
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.
3 Year Primary Service Contract for Calibration System
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking a sole source contractor for a three-year primary service contract for The Modal Shop’s 9155 Calibration Station. This contract will encompass the calibration of reference standards, standard calibration of all installed equipment, software upgrades, additional training, and extended warranty for all system components, which are critical for sensor calibration at the Calibration Test Facility (CTF). The procurement is vital for maintaining the operational integrity and accuracy of testing equipment used in defense applications. Interested parties can contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil for further details regarding this opportunity.
Repair- 1 EA RECEIVER, INFRARED
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking to procure repair services for an infrared receiver from Northrop Grumman Systems Corp on a sole source basis. The procurement involves the repair of one unit of NSN: 865015916897, P/N: 001-008087-0006, which is critical for electronic countermeasures and is exclusively supported by the Original Equipment Manufacturer (OEM). This opportunity emphasizes the importance of compliance with government protocols, including the submission of capability statements and adherence to specific delivery and invoicing requirements. Interested parties should direct their inquiries and submissions to Shamus Roache at Shamus.F.Roache.Civ@us.navy.mil, with the solicitation expected to be issued on March 27, 2025, and proposals due by May 13, 2025.
CRD Reflectometer
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Glacier-C Ultrafast Innovations precision cavity ringdown reflectometer, along with associated installation and training services. This advanced measurement technology is critical for accurately assessing reflectance and losses in optical systems, operating across specified wavelength ranges. Interested vendors must ensure compliance with the Trade Agreements Act (TAA) and submit their proposals by 12:00 PM EST on November 15, 2024, with an anticipated award date of December 3, 2024. For further inquiries, potential offerors can contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
58--RECEIVER,COUNTERMEA, IN REPAIR/MODIFICATION OF
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 the Receiver, Countermeasure, in a repair or modification capacity. The procurement is based on National Stock Number (NSN) 7R-5865-016772663-F8, with a specific part number of 2687100B001, and the Government intends to solicit and negotiate with one source under FAR 6.302-1. This equipment is critical for electronic countermeasures and counter-countermeasures, which play a vital role in military operations. Interested parties are encouraged to express their interest and capability to respond to this requirement, with proposals due within 45 days of the notice publication. For further inquiries, Eric M. Tarkett can be contacted at (215) 697-4313 or via email at ERIC.M.TARKETT.CIV@US.NAVY.MIL.
66--FREQUENCY REFERENCE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of five units of a frequency reference, identified by NSN 0R-6625-016927542-P8. The procurement is critical as the item is flight critical and requires Government source approval prior to contract award due to its unstable design and marginal performance during tests. Interested vendors must provide necessary documentation for source approval, as only previously approved sources will be considered for this contract, which is not open for competitive proposals. For further inquiries, interested parties can contact Brian T. Kent at (215) 697-0000 or via email at BRIAN.T.KENT.CIV@US.NAVY.MIL, with proposals due within 45 days of the notice publication.
FMS Oxygen Instrumentation Calibration Room Equipment
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the procurement of specialized calibration equipment from Fluke Electronics as part of the Foreign Military Sales (FMS) program. The requirement includes high precision and refrigerated temperature baths, fluid level adapters, and MET/TEMP software, which are essential for maintaining calibration standards for oxygen clean devices. This procurement is critical for supporting the Naval Air Systems Command's Metrology and Calibration (METCAL) Program, ensuring operational readiness and compliance with military standards. Proposals must be submitted electronically by 1:00 PM EST on May 5, 2025, with inquiries directed to Rocco Gonnella at rocco.j.gonnella.civ@us.navy.mil or Shannan Germond at shannan.m.germond.civ@us.navy.mil.