CALIBRATION SERVICE
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, NAVSUP FLT LOG CTR PUGET SOUND, is seeking CALIBRATION SERVICE for environmental health and safety monitoring instruments at 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. Proposals are due February 27, 2026.
Scope of Work
The requirement is for periodic calibration and certification services for various environmental health and safety monitoring instruments. Services include off-site calibration, comprehensive documentation, and return shipping. Calibrations must be traceable to the United States National Institute of Standards and Technology (NIST) or performed according to manufacturer specifications and applicable international standards. Specific equipment includes Air Velocity Meters, Noise Dosimeters, Sound Level Meters, Acoustic Calibrators, Personal Aerosol Monitors, and Particle Counters. The contractor must ensure a turnaround time not exceeding 30 calendar days from receipt of equipment and provide a certificate of calibration for each unit.
Contract Details
- Contract Type: Single Award Indefinite Delivery Indefinite Quantity (IDIQ)
- Period of Performance: A Base Year (March 13, 2026 - March 12, 2027) with two subsequent twelve-month option periods.
- Financials: Minimum Guarantee of $1,000.00, a maximum per order of $60,000.00, and a maximum government total of $60,000.00.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 811210, with a size standard of $34,000,000.00.
- Payment: Will be made via Government Credit Card (GCPC).
Submission & Evaluation
- Offer Due Date: February 27, 2026, at 12:00 PM Local Time.
- Questions Due: Two days prior to the solicitation's closing date, submitted via email to the primary contact.
- Contact: Nareerath Lee (NAREERATH.W.LEE.CIV@US.NAVY.MIL).
- Evaluation Factors: Proposals will be evaluated based on Technical capability (including delivery), Price, and Past Performance. These factors are not listed in any specific order of relative importance.
- Requirements: Quoters must explicitly note any exceptions taken to the solicitation terms. Proposals must address the entire effort; partial proposals may be deemed unacceptable. Offerors must be registered with SAM.gov.
Attachments
The solicitation includes a Price List (Attachment 2) detailing calibration costs for various equipment models across the base and option years, which is crucial for bidders to prepare their pricing proposals. An additional GFP attachment (Attachment 1) is also provided.