On-Site Equipment Calibration Services
ID: N6893626Q5007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

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

    The Department of Defense, specifically the Naval Air Warfare Center, is seeking proposals for On-Site Equipment Calibration Services to support its Materials Engineering Branch in China Lake, CA. The procurement aims to secure a contractor capable of providing calibration services for various laboratory equipment, adhering to ISO-17025 standards, with most services performed on-site and certain items calibrated off-site with prior approval. This contract will span a base year and two option years, emphasizing the importance of maintaining precision and compliance in government operations. Interested vendors must submit their quotes by October 30, 2025, and direct inquiries to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil or by phone at 760-793-4069.

    Files
    Title
    Posted
    This document is an amendment to Solicitation Number N6893626Q50070001, issued by the Naval Air Warfare Center, Weapons Division. The primary purpose of this amendment is to clarify the Statement of Work (SOW) regarding on-site calibration services for laboratory equipment and to extend the solicitation response date. The SOW now specifies that most calibration services must be performed in place at the Materials Engineering Branch Laboratory in China Lake, CA, with exceptions for items like weights, gage blocks, hygrometers, and ring gages, which may be calibrated off-site with prior approval. The amendment also changes the response due time from 2:00 PM to 10:00 AM and extends the response due date from October 17, 2025, to October 23, 2025. Contractors must acknowledge receipt of this amendment for their offers to be considered.
    The "China Lake Calibration List 2025" document is a detailed inventory of various calibrated equipment, likely for a government facility involved in federal operations. The list includes a wide array of tools such as digital and dial calipers, micrometers, thread plug gages, ring gages, digital and dial indicators, torque wrenches, thermocouple temperature gages, scales, force gages, environmental chambers, ovens, salt-fog chambers, digital multimeters, and a hardness tester. Each entry specifies the manufacturer/model number, serial number, description, size or range, tolerance, and room number where the equipment is located. The document also includes notes indicating requirements for actual values traceable to NIST and specific temperature/humidity tolerances. This comprehensive list is crucial for maintaining precision and accuracy in various technical operations, ensuring compliance with calibration standards for sensitive government work.
    This document clarifies calibration requirements for environmental and salt-fog chambers. For the AES HD-508 Environmental Chamber, calibration at 160°F and 95% RH is confirmed, with nine internal temperature sensor locations. The digital units for recorder and humidity gauge should be checked against actual chamber values. For the Singleton SCCH Custom_54211 Salt-Fog Chambers, a "Report of Actual" calibration is acceptable, documenting actual measured values traceable to NIST for temperature, %RH, and pressure gauges. Salinity measurements are not required as they are tracked separately. This outlines the specific calibration procedures for these assets, ensuring compliance and accurate reporting.
    This government solicitation, N6893626Q5007, from the Naval Air Warfare Center Weapons Division, outlines a request for proposals for Women-Owned Small Businesses (WOSB) to provide on-site equipment calibration services for the Materials Engineering Branch in China Lake, CA. The contract will cover a base year and two option years, with all calibration activities requiring ISO-17025 accreditation and primarily performed on-site. Specific equipment may be calibrated off-site with prior approval. Key requirements include providing personnel information for badge requests, adherence to a 4/5/9 work schedule, and utilization of the Wide Area WorkFlow (WAWF) system for invoicing and payment. The document details administrative information, delivery schedules, inspection and acceptance procedures, and a comprehensive list of applicable FAR and DFARS clauses, emphasizing compliance with various federal regulations and certifications for commercial products and services.
    The Naval Air Warfare Center, Weapons Division at China Lake, CA, is seeking a supplier to calibrate laboratory equipment for its Materials Engineering Branch. The contract will span a base year and two option years, requiring all calibration to adhere to ISO-17025 standards and be performed by an ISO-17025 accredited supplier. Most calibrations will occur on-site in Building 02466, Rooms 2000-2019, with an expected on-site duration not exceeding two business days. Certain items, including weights, gage blocks, hygrometers, and ring gages, may be calibrated off-site, with all off-site items to be returned within one week. The supplier must provide personnel information for badge requests 30 days prior to on-site work and supply documentation, including calibration stickers and certificates, within two weeks of completion. Certificates can be hard copies or electronic.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    Total Assurance Plan
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking to procure maintenance and service for Waters Technology Corporation instrumentation at the Naval Fuels & Lubricants Chemistry Laboratory located in Patuxent River, Maryland. This procurement, identified as solicitation N0042126Q1028, is valued at approximately $94,758.08 and is intended to be awarded on a sole source basis to Waters Corporation, emphasizing the importance of their specialized equipment in supporting the laboratory's operations. Interested vendors must submit their capabilities and quotes by December 10, 2025, at 12:00 PM EST, with all submissions directed to JaNae Lester at janae.a.lester.civ@us.navy.mil.
    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.
    Equipment Calibration and Software/Hardware Service Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army's 646th Support Detachment, is seeking to establish a sole source contract for equipment calibration and software/hardware services. This procurement is aimed at maintaining and repairing vehicular equipment components, which are critical for operational readiness and efficiency. The justification for this sole source contract has been documented and is available for review in the attached file. Interested parties can reach out to Yun P. Hong at yun.p.hong.civ@army.mil or by phone at 05033635685 for further details regarding this opportunity.
    Calibration Kit Radio Frequency
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to Rohde & Schwarz USA, Inc. for the provision of a Calibration Kit Radio Frequency. This procurement specifically requires a 50 Ohm, 2-port, 1.85mm calibration kit to support high-frequency network analyzers operating up to 67 GHz, which is critical for maintaining the operational capacity of the RF lab following a recent $1.5 million contract aimed at enhancing its capabilities. The selected vendor must deliver the complete calibration kit within 60 days of contract award to the NSWC IHD location in Indian Head, Maryland. Interested parties must respond by July 28, 2025, at 10 AM (EST) and direct their inquiries to Shannon Wooten at shannon.cloud-wooten@navy.mil, ensuring they are registered in the System for Award Management (SAM).
    Medical Equipment Calibration
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide medical equipment calibration services for the Maine Army National Guard Aviation Support Facility located in Bangor, Maine. The contract will involve the inspection, calibration, and repair of 75 pieces of medical equipment from manufacturers such as Zoll, Welch Allyn, Carefusion, Impact, and Hamilton, under a non-personal service agreement. This procurement is critical for maintaining operational readiness and ensuring the reliability of medical equipment used by the military. Interested vendors must have an active registration in SAM.gov and should prepare for a Request for Quote (RFQ) that is expected to be issued around December 9, 2025, with the performance period set from February 2, 2026, to February 27, 2026. For further inquiries, vendors can contact Thomas Ryan at thomas.j.ryan36.civ@army.mil or Darlene Howes at darlene.r.howes.civ@army.mil.
    Electronic Cooling Water System
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is conducting a Sources Sought Notice to identify small businesses capable of providing an Electronic Cooling Water System and related commercial items. The procurement includes specific requirements for brand-name items such as storage bottles, buffer solution kits, conductivity standard solutions, portable multi-meters, and disposable wipes, all falling under NAICS code 334516. This initiative is crucial for ensuring the availability of essential analytical laboratory instruments, which play a significant role in supporting naval operations. Interested parties are encouraged to submit their company information, capabilities, and cost estimates by December 9, 2025, to the primary contact, Samantha Mangum, at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or by phone at 805-625-4875.
    INERTIAL NAVIGATION
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of inertial navigation systems. The procurement aims to ensure that these critical navigational instruments are restored to a Ready for Issue (RFI) condition, adhering to stringent quality control and inspection standards as outlined in the Statement of Work. These systems play a vital role in military operations, providing essential navigation capabilities for various defense applications. Interested contractors must submit their quotes via email to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by December 29, 2025, with a required repair turnaround time of 25 days after asset receipt.
    BURET,LABORATORY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of laboratory burets, a commercial product essential for measuring and testing electrical signals. The procurement requires that the burets meet specific design, material, and dimensional standards as outlined in the solicitation, with a focus on compliance with quality assurance and packaging requirements. These instruments are critical for various applications within the defense sector, ensuring accurate chemical analysis and testing. Interested vendors should direct inquiries to Taylor Bloor at TAYLOR.BLOOR@NAVY.MIL or by telephone at 771-229-0099, with proposals expected to adhere to the outlined specifications and deadlines.
    Measuring and Testing Instruments
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking qualified small businesses to establish Blanket Purchase Agreements (BPAs) for measuring and testing instruments. This procurement aims to facilitate the acquisition of commercial items necessary for supporting various Naval operations, particularly in Aircraft Launch and Recovery Equipment (ALRE) and Common Support Equipment (CSE). The BPAs will allow for streamlined purchasing on an as-needed basis, with individual orders not exceeding $250,000 and a master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statements and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including the synopsis number N6833525Q0321 in the subject line.