SOLE SOURCE – SIGNAL AND SPECTRUM ANALYZER REPAIR/CALIBRATION
ID: N0016425Q0593Type: Combined Synopsis/Solicitation
AwardedApr 25, 2025
Award #:TBD
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
    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
    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.
    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.
    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.
    Similar Opportunities
    Sole Source Requirement with Rohde & Schwarz for TAA Compliant Oscilloscopes
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to procure fifteen TAA compliant Rohde & Schwarz RTC1002 digital oscilloscopes along with associated warranty extensions and rackmount adapters on a sole source basis. This procurement is critical for enhancing the Real-Time Telemetry Processing System (RTPS) capabilities in new mission control rooms, ensuring accurate measurement and confirmation of telemetry signals. The selected contractor will be required to deliver the equipment within five weeks of order receipt, with a firm-fixed price contract anticipated. Interested vendors should contact Shannon Canada at shannon.m.canada.civ@us.navy.mil for further details and must submit completed provisions 52.204-24 and 52.204-26 with their quotes to be eligible for consideration.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    Narda
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of various electronic measurement and field detection equipment under solicitation N0017826Q6653. The requirement includes items such as digital broadband probe repeaters, tripods, AC/DC adapters, FieldMan Basic Sets, and E-Field Probes, which are essential for measuring and testing electrical signals. These specialized instruments are critical for ensuring accurate measurements in defense applications, and vendors must be authorized resellers of the specified brand-name items. Proposals are due by December 24, 2025, at 12:00 p.m. EST, and interested parties should direct inquiries to Heather Wiley at heather.wiley@navy.mil or call 540-742-8742.
    N0038325PR0R742
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a specific electronic countermeasure processor from Northrop Grumman Systems Corp. The requirement involves the repair of NSN: 5865016592372, P/N: 001-008684-0102, with the understanding that Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source for this part, as the government does not possess the necessary data to source it from other vendors. This procurement is critical for maintaining operational capabilities and will follow FAR Part 15 procedures, with a solicitation expected to be issued on December 23, 2025, and proposals due by January 23, 2026. Interested parties are encouraged to submit their capabilities to Shamus F. Roache via email at Shamus.F.Roache.CIV@us.navy.mil within the specified timeframe.
    RECEIVER,COUNTERMEA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of Receiver, Countermeasure (NSN: 016772663, PN: 2 2687100B001), with a requirement for three units. The contractor will be responsible for ensuring compliance with specified repair procedures, including inspection, testing, and returning the items to a Ready for Issue (RFI) condition, adhering to the latest approved repair methods and publications. This procurement is critical for maintaining operational readiness and support for naval operations. Interested parties must submit their quotes via email to Autumn M. Rau at AUTUMN.M.RAU2.CIV@US.NAVY.MIL by the specified due date, and all proposals must include the necessary documentation for government source approval.
    SYNOPSIS N0038325PR0R741
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support, is seeking to procure repair services for a specific transmitter part from Northrop Grumman Systems Corp, identified by NSN: 5865015796300 and P/N: 001-008065A0402. This procurement is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this presolicitation notice, with the solicitation expected to be issued on December 17, 2025, and responses due by January 17, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.
    NIIN: 01-560-2895/ NOMEN: RECEIVER-TRANSMITTE
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS), is soliciting quotes for the repair of two RECEIVER-TRANSMITTER units (NSN: 7R 5841 015602895, Part Number: 264A020-1) under a sole-source requirement for Foreign Military Sales (FMS) Case: SR-P-MAL. Contractors are required to provide either a firm-fixed price or time and materials pricing, along with estimated repair costs, while adhering to strict compliance with packaging, marking, inspection, and quality assurance standards, including MIL-STD-2073-1 and ISO 9001. The successful contractor will be responsible for ensuring timely delivery of the repaired units within 365 calendar days from the award date, with the performance period spanning from December 16, 2025, to March 16, 2026. Interested parties should direct inquiries to Kate N. Schalck at KATE.N.SCHALCK.CIV@US.NAVY.MIL for further details.
    RECEIVER,COUNTERMEA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the Receiver, Countermeasure (NSN: 016772663, Part Number: 2687100B001). The procurement involves the repair, testing, and inspection of four units, which must be conducted in accordance with established repair procedures and quality requirements to ensure they are returned to a Ready for Issue (RFI) condition. This equipment is critical for electronic countermeasures and plays a vital role in national defense operations. Interested contractors must submit their quotes via email to Autumn M. Rau at AUTUMN.M.RAU2.CIV@US.NAVY.MIL by the specified due date, and they must comply with government source approval requirements prior to award.
    SOLE SOURCE –MAINTENANCE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source maintenance agreement for instruments and laboratory equipment. This procurement is justified under the notice type "Justification" and pertains to the maintenance, repair, and rebuilding of critical equipment necessary for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these instruments, which are vital for various defense-related applications. For further inquiries, interested parties can contact Chris Jones at christopher.m.jones405.civ@us.navy.mil.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.