Dynamic Torque Calibrators
ID: N6426725R1004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERNORCO, CA, 92860, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of Dynamic Torque Calibrators, which are critical for calibrating torque equipment used by the U.S. Navy. The contract involves the purchase of up to 33 calibrators, requiring adherence to specific calibration standards, delivery of training on equipment usage, and compliance with federal documentation standards, including calibration certificates and user manuals. This procurement aims to enhance the Navy's calibration capabilities, ensuring operational efficiency and safety through updated technology and training. Interested contractors must submit their proposals electronically by July 22, 2025, and can direct inquiries to Robert Soto at robert.soto76.civ@us.navy.mil or Antonia Roman-Varela at antonia.roman.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for providing past performance references in response to a government solicitation under RFP N6426725R1004. Contractors are to provide detailed information about their previous contracts, including customer contacts, contract type, and performance metrics. Specifically, it asks for narratives explaining how prior projects align with the current solicitation, highlights of performance, challenges encountered, and measures taken to overcome these challenges. Additionally, larger business offerors must report on their track record of meeting small business subcontracting goals associated with previous contracts. The emphasized purpose is to evaluate a contractor's experience and reliability, informing their suitability for fulfilling the government's requirements in this and potentially future projects. This process is essential in the context of federal grants and RFP evaluations to ensure effective project delivery and compliance with regulatory standards.
    The document outlines the technical evaluation criteria for the solicitation N64267-25-R-1004, related to an unspecified contract. It specifies the requirements for various components and features of equipment, including electrical power sources, operational environments, warm-up needs, materials, and display functionalities. The evaluation categories include functionality in dynamic and static applications, marker specifications, connectivity, and accessory provisions such as mounting and calibration support equipment. The document also identifies compliance requirements for materials, installation, training, logistics, and warranty specifications for the awarded contractor. Comments indicate areas of compliance or non-compliance for each requirement, highlighting the evaluation process's thoroughness. This solicitation aligns with government protocols for Request for Proposals (RFPs) to ensure the procurement of technical services or products meets established standards and operational needs.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for a specified data item, consisting of a Calibration Certification/Report for Dynamic Torque Calibrators. This document is critical for the Department of Defense (DoD), mandating contractors to deliver calibration reports, formatted as per the specified guidelines, alongside each delivered unit. The document emphasizes the necessity of including only relevant calibration data, adhering to referencing standards such as Data Item Description DI-QCIC-80798C and relevant statement of work (SOW) paragraphs. Additionally, it stipulates electronic submission preferences and provides distribution details indicating the appropriate government personnel to receive the final documentation. Each section of the form, including contract references and data submission requirements, is elaborated upon in clear detail, ensuring compliance with government regulations. The completion of this form is integral to maintain consistency and quality in data reporting for military-related supplies, thereby supporting operational readiness and compliance with federal guidelines.
    The document pertains to government Requests for Proposals (RFPs) and grants at both federal and state levels, focusing on funding opportunities and requirements for project submissions. It outlines the process for securing federal grants, including eligibility criteria, application procedures, and deadlines for various initiatives. The emphasis is placed on the importance of compliance with specific guidelines and the need to align proposals with governmental priorities to enhance funding chances. The content encompasses funding categories, criteria for assessment, and the rationale for governmental support in targeted areas of community development, infrastructure improvement, and innovation. It details the mechanisms of collaboration between federal, state, and local entities to streamline the grant awarding process and improve the efficacy of funded projects. This overview serves as a crucial resource for organizations seeking to engage with federal funding strategies, highlighting significant deadlines and procedural checkpoints for potential applicants.
    The document outlines a response to a question regarding the submission deadline for proposals related to RFP N6426725R1004. Specifically, it confirms that the government will accept a seven-day extension for the offer submission due date, indicating that an amendment to the timeline will follow. This communication exemplifies the government's flexibility in the proposal process, allowing potential contractors additional time to prepare submissions. The deadline extension reflects an understanding of the complexities involved in preparing competitive bids, facilitating a more inclusive procurement process. This brief interaction underscores the government's commitment to transparent and responsive communication with contractors, contributing to effective engagement in federal contracting opportunities.
    The document N6426725R1004 outlines a Request for Proposal (RFP) by the Naval Air Systems Command (NAVAIR) for the procurement of Dynamic Torque Calibrators. The contract includes the purchase of up to 33 calibrators, which are essential for calibrating various torque equipment used by the U.S. Navy. Key requirements include adherence to specific calibration standards, delivery of training on the use of the equipment, and compliance with federal standards regarding documentation issues such as calibration certificates and user manuals. The contract is structured as an Indefinite-Delivery/Indefinite-Quantity (IDIQ) agreement lasting three years, with minimum and maximum order values specified. Additionally, the document includes provisions for inspection and acceptance of deliverables, logistics, and technical manuals. The overarching goal is to enhance the calibration capabilities within the Navy, ensuring operational efficiency and safety through updated technology and training.
    The document is an amendment to a federal solicitation, specifically for the Naval Surface Warfare Center Corona Division. Its primary purpose is to extend the offer submission deadline from July 7, 2025, at 2:00 PM to July 14, 2025, at the same time. All other terms and conditions of the solicitation remain unchanged. The amendment requires contractors to acknowledge receipt to ensure their offers are not rejected due to late submission. The document is structured with standard government formatting, detailing identification codes, dates, and instructions for acknowledgment, making it clear and accessible for participants in the bidding process. This type of amendment is common in government RFP processes, indicating updates and changes to solicitations and ensuring compliance with federal regulations while facilitating effective communication with contractors.
    The document serves as an amendment to a solicitation related to a contract under the Naval Surface Warfare Center Corona Division. The primary purpose of this amendment is to extend the deadline for offer submissions from July 14, 2025, at 2:00 PM to July 21, 2025, at 2:00 PM. All other terms and conditions of the original solicitation remain unchanged. Contractors are required to acknowledge receipt of this amendment to ensure their offers are considered valid, which can be done through specified methods including completion of designated items and return of copies. This amendment is part of the official solicitation modification process, reflecting standard practices within federal government requests for proposals (RFPs) and contracts. Ultimately, the extension aims to provide potential contractors additional time to prepare their submissions while maintaining the integrity of the procurement process.
    The document is an amendment to a solicitation related to contract N6426725R1004, issued by the Naval Surface Warfare Center Corona Division. The primary purpose of this amendment is to extend the due date for the submission of offers from July 21, 2025, at 2:00 PM to July 22, 2025, at the same time. The amendment specifies that all other terms and conditions of the solicitation remain unchanged. It outlines the various methods by which contractors can acknowledge receipt of the amendment to ensure that their offers are considered valid. This procedural amendment reflects standard practices in government contracting, particularly in terms of extending deadlines to accommodate contractors, while maintaining the integrity of the solicitation process. It is critical for bidders to carefully adhere to the updated timeline and acknowledgment instructions to avoid potential rejection of their offers.
    The Naval Air Systems Command requires the procurement of Dynamic Torque Calibrators under a three-year Indefinite Delivery/Indefinite Quantity contract. These calibrators will be used to service various torque tools in the U.S. Navy’s inventory, with specific dynamic and static calibration ranges according to Calibration Standards Specifications (CSS). The project includes acquiring up to 33 calibrators, with installation and training provided at the Fleet Readiness Center in North Carolina. The contractor must deliver operator manuals, calibration certifications, procedures, and a repair parts list. Additionally, a minimum one-year warranty must be provided for each calibrator, along with proper documentation for training and software versions. This request emphasizes adherence to strict Navy regulations and technical specifications, ensuring quality and compliance in the calibration of military tools.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Calibration and Repair Support Services
    Dept Of Defense
    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.
    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.
    59--ENCODER,SHAFT ANGLE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the Encoder, Shaft Angle, under a federal contract. This procurement aims to ensure the operational readiness of critical equipment used in naval operations, emphasizing the importance of maintaining high-quality standards in repair work. The contract includes specific requirements for inspection, acceptance, and warranty, with a desired delivery timeframe of 260 days from the contract award. Interested vendors must submit their proposals by December 30, 2025, and can direct inquiries to Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil.
    TRANSDUCER ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the manufacture of a Transducer Assembly, which is critical for measuring and controlling industrial process variables. This procurement requires compliance with specific quality assurance standards and includes detailed requirements for inspection, packaging, and marking, particularly emphasizing the prohibition of mercury contamination due to the assembly's intended use on submarines and surface ships. Interested vendors must submit their proposals by December 19, 2025, and are encouraged to contact Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL for further information regarding the solicitation.
    30--TORQUE LIMITER ASSE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 40 units of the Torque Limiter Assembly (NSN 3010015403812). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated 12 orders per year and a guaranteed minimum of 6 units. The Torque Limiter Assembly is a source-controlled item, and all items must meet the specified drawing requirements. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    SHOP EQUIPMENT,TORP
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of SHOP EQUIPMENT, TORP, which involves the manufacture and supply of specialized machinery. The contract requires adherence to strict quality standards, including ISO 9001 certification, and mandates higher-level inspection and acceptance of supplies at designated locations. This equipment is critical for military operations, particularly in maintaining and supporting naval vessels, and must be free from mercury contamination due to its intended use on submarines and surface ships. Interested vendors should contact Matthew Cracker at 717-550-3121 or via email at MATTHEW.CRACKER@DLA.MIL for further details and to access technical drawings necessary for the proposal submission.
    13--FIN ASSEMBLY,TORPED
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 95 units of the FIN ASSEMBLY, TORPED, identified by NSN 1355 009772828. This contract aims to fulfill the manufacturing and quality requirements for the specified torpedo assembly, which is critical for naval operations and defense capabilities. The solicitation is set aside for small businesses and emphasizes compliance with various quality assurance standards, including MIL-STD-130 for marking and MIL-I-45208 for inspection systems. Interested vendors should contact Rachel Kern at 717-605-7296 or via email at rachel.e.kern4.civ@us.navy.mil for further details and to ensure their proposals meet the necessary requirements by the submission deadline.
    SYNCHRONIZER,ELECTR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting offers for the procurement of a SYNCHRONIZER, ELECTR, through NAVSUP Weapon Systems Support Mechanicsburg. This contract requires the manufacture of the specified item in compliance with stringent quality assurance standards, including ISO 9001, and mandates that all materials be free from mercury contamination due to their intended use on submarines and surface ships. The procurement is critical for maintaining operational readiness and safety within naval operations. Interested vendors must submit their quotes electronically to Darian Holley at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL by the extended deadline of December 9, 2025, and must provide proof of being an authorized distributor of the original manufacturer's item.
    70--DISK DRIVE UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    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).