CALIBRATION SERVICE

SOL #: N0040626QS179Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR PUGET SOUND
BREMERTON, WA, 98314-5100, United States

Place of Performance

Place of performance not available

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Measuring Tool (J052)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 23, 2026
2
Submission Deadline
Mar 27, 2026, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Navy, specifically NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals for Calibration Services to support the U.S. Naval Ship Repair Facility and Japan Regional Maintenance Center (SRF-JRMC) in Yokosuka, Japan. This is a Total Small Business Set-Aside for a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The requirement involves periodic calibration and certification for various environmental health and safety monitoring instruments. Offers are due by February 27, 2026, at 12:00 PM Local Time.

Scope of Work

The contractor will provide off-site calibration, documentation, and return shipping for instruments monitoring air velocity, noise, sound levels, air quality, and particulate matter. Key requirements include:

  • Calibrations traceable to NIST or manufacturer specifications/international standards.
  • Services to be completed within 30 calendar days, including equipment calibration, documentation, and return shipping.
  • Operational pre-calibration (as-found), adjustment, post-calibration (as-left) testing, and formal certification.
  • Specific calibration tolerances for various equipment models (e.g., TSI VelociCalc, 3M Edge Noise Dosimeter, QUEST Sound Level Meter).
  • Provision of a certificate of calibration for each unit, detailing make, model, serial number, dates, procedure, reference standard, data, technician signature, and NIST traceability.
  • Compliance with SRF-JRMC instructions, policies, and rules.
  • Responsibility for all Government equipment from receipt until formal acknowledgment of return, bearing all risk of loss or damage.
  • Traceable shipping methods and protective packaging for sensitive instruments.
  • Adherence to OSHA, Navy, Federal, State, and local safety, environmental, and health regulations.

Contract Details

  • Contract Type: Single-award Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Price.
  • Period of Performance: Base year (March 13, 2026 - March 12, 2027) plus two, twelve-month option periods.
  • Financials: Minimum guarantee order of $1,000.00; maximum per order of $60,000.00.
  • Payment: Government Credit Card (GCPC).

Government Furnished Property (GFP)

The solicitation includes a crucial GFP Attachment (Gfp Attachment.xlsx) detailing Government Furnished Property. This spreadsheet provides comprehensive information on provisioned and requisitioned items, including item names, descriptions, NSNs, manufacturer details, serial management status, property classification, usage, quantity, unit of measure, and acquisition cost. Bidders must review this document to understand the GFP provided, which is essential for accurate technical approach, resource planning, and cost estimations.

Submission & Evaluation

  • Offer Due Date: February 27, 2026, 12:00 PM Local Time.
  • Questions Deadline: 2 days prior to the solicitation closing date, submitted via email to Nareerath Lee.
  • Proposal Content: Quotes must include the location of all places calibration would occur. Any exceptions to the solicitation's terms, conditions, specifications, or SOW/PWS must be explicitly noted.
  • Evaluation Factors: Technical (including delivery), price, and past performance, with no order of relative importance. The Government reserves the right to make a single award to the quoter whose quote is considered in the best interest of the government.

Eligibility & Notes

  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 811210, with a size standard of $34,000,000.00.
  • Registration: Offerors must be registered in the SAM system to receive an award.
  • Attachments: Price List (Attachment 1) and GFP attachment (Attachment 2) are provided.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Feb 23, 2026
CALIBRATION SERVICE | GovScope