Calibrations and Care Plan Services
ID: N4215825QN025Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, 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, specifically the Norfolk Naval Shipyard, is seeking qualified vendors to provide Calibration and Care Plan Services for various FARO items, including Laser Trackers and Laser Line Probes. The procurement aims to ensure that calibration meets stringent accuracy standards, with a requirement for a Test Accuracy Ratio of 4:1 or greater, or a False Accept Risk of 2% or less, in accordance with ANSI/NCSL Z540.1 standards. This service is critical for maintaining the operational integrity of precision equipment used in defense applications. Interested vendors must submit their quotes by April 11, 2024, with all proposals valid through April 30, 2025. For further inquiries, vendors can contact Crystal Porter at crystal.p.porter.civ@us.navy.mil or Denise J. Swain at denise.j.swain.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines the Statement of Work for Calibration and Care Plan Services required by the Mid-Atlantic Regional Calibration Center (MARCC) for various FARO items. It establishes that calibration must achieve a Test Accuracy Ratio of 4:1 or greater, or a False Accept Risk of 2% or less, as per ANSI/NCSL Z540.1 standards. A calibration certificate and detailed measurement values are necessary. Repairs may be needed but must be pre-approved and funded separately. Security requirements for NNSY access are detailed, noting that most contractors will need a DBIDS card, with specific procedures outlined for obtaining it. Additionally, regulations regarding the use of Portable Electronic Devices (PEDs) are specified, including restrictions on camera-enabled devices within certain areas. The document reinforces that all such devices are prohibited in Nuclear Work Areas and emphasizes the restrictions on unofficial photography and recordings within controlled spaces. The performance period for the contract is defined as 364 days from the date of award. Overall, this document serves to ensure compliance, security, and proper calibration practices in government operations.
    The document outlines the management and procurement of government-furnished property, specifically detailing items related to a custodial contract. It lists various pieces of equipment, primarily Faro Arms and Laser Trackers, along with associated serial numbers, descriptions, and quantities. Each item record includes essential data fields such as item names, manufacturers' information, and acquisition costs. The layout suggests a structured approach to track and facilitate the appropriate handling and requisition of government property, emphasizing the proper categorization of both serially and non-serially managed items. The overarching purpose of this document is to ensure accountability in the management of government assets allocated through federal contracts. This is vital for compliance with government regulations related to procurement and property management, ultimately supporting effective oversight and operational efficiency within federal projects.
    The document outlines a vendor quote sheet relevant to federal government Requests for Proposals (RFPs). It captures essential vendor information including company details, contact information, and business classifications like Small Business Status and NAICS codes. The quote sheet lists various items to be procured, including services and materials, with quantities and pricing; notably, all listed prices are $0.00, resulting in a grand total of $0.00. Additional information requests include the acceptance of WAWF payments, shipping terms (FOB Destination or Origin), and whether the vendor has active SAM registration. The document serves a crucial role in ensuring that potential contractors provide clear, compliant quotes in response to government solicitations, reinforcing transparency and accountability in the procurement process. Overall, it illustrates the structured approach taken in federal contracting to facilitate vendor engagement and satisfy federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Calibration Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Corona Division, is seeking to procure calibration services through a sole source Firm Fixed Price (FFP) contract with TSI Incorporated. This procurement is aimed at fulfilling an all-or-none requirement for testing laboratories and services, which are critical for maintaining the operational readiness of electrical and electronic equipment components. Interested parties must submit their capability statements electronically by the specified deadline, and all submissions must comply with the requirements outlined in the solicitation. For further inquiries, interested vendors can contact Ashley Briseno at ashley.m.briseno.civ@us.navy.mil.
    Calibration and Repair Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG) Aviation Logistics Center, is seeking sources capable of providing Tool Calibration and Repair Services for its 26 air stations. The procurement aims to ensure the calibration, repair, and certification of approximately 7,189 tools and equipment pieces issued annually, which are critical for maintaining operational readiness and safety. Interested contractors must demonstrate their ability to meet specific turnaround times for calibrations, including non-emergent and emergency services, and provide a comprehensive capabilities statement. Responses to this Sources Sought notice are due by January 30, 2026, at 5:00 P.M. Eastern Time, and should be directed to Denise Bulone at denise.j.bulone@uscg.mil, referencing the notice number 70Z03826IE0000002.
    Calibration Kit Radio Frequency
    Dept Of Defense
    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).
    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.
    INERTIAL NAVIGATION
    Dept Of Defense
    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.
    SPERONI MAGIS 600 N6449826Q5019
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking contractors to provide two units of the SPERONI MAGIS 600 tooling measurement systems. These systems are essential for measuring cutting tools prior to use, ensuring that high-speed machines maintain the correct distance during machining processes. The procurement is structured as a one-year Firm-Fixed-Price (FFP) contract, with the successful contractor responsible for the shipment of all necessary parts. Interested parties can reach out to Shain Quigley at shain.t.quigley.civ@us.navy.mil or by phone at 445-227-2263 for further details.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    RODMETER,UNDERWATER
    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 underwater rodmeters. This contract requires the manufacture and supply of rodmeters that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These navigational instruments are critical for various defense applications, ensuring operational readiness and effectiveness in underwater environments. Interested vendors must submit their quotes electronically to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, including detailed pricing, delivery timelines, and proof of authorization as a distributor. The solicitation emphasizes a firm-fixed price structure and requires responses within a specified timeframe.
    MERIDIAN IV MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting a sole-source contract for the maintenance of the Meridian IV Microscope and associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an updated closing date of December 15, 2025, at 4:00 PM Eastern Time, and interested vendors must submit their offers via email to Cierra Vaughn at cierra.n.vaughn2.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    Medical Equipment Calibration
    Dept Of Defense
    The Department of Defense, specifically the Maine Army National Guard (MEARNG), is seeking qualified small businesses to provide medical equipment calibration services for 75 pieces of medical and dental equipment at the 52nd Troop Command in Bangor, Maine. The contract entails a non-personal service agreement for the inspection, testing, calibration, refurbishment, and maintenance of medical equipment, which is crucial for ensuring operational readiness and compliance with training and mission requirements. The total contract value is estimated at up to $34,000,000, with a performance period from February 23-27, 2026, and quotes must be submitted electronically by January 9, 2026, at 3:00 PM local time. Interested vendors can direct inquiries to Thomas Ryan at thomas.j.ryan36.civ@army.mil or Darlene Howes at darlene.r.howes.civ@army.mil.