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, specifically NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals for off-site calibration services for environmental health and safety monitoring instruments. This requirement supports the U.S. Naval Ship Repair Facility and Japan Regional Maintenance Center (SRF-JRMC) in Yokosuka, Japan. The government anticipates awarding a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract. This opportunity is a Total Small Business Set-Aside. Proposals are due March 6, 2026, by 12:00 PM Local Time.
Scope of Work
The contractor shall provide comprehensive off-site calibration, documentation, and return shipping for various environmental health and safety monitoring instruments. Key services include calibration, accuracy verification, and documentation. All calibrations must be traceable to NIST or performed according to manufacturer specifications and applicable international standards, with specific standards and tolerances detailed in Section 7.2 of the solicitation. A certificate of calibration is required for each unit.
Equipment requiring calibration includes, but is not limited to, Air Velocity Meters, Noise Dosimeters, Sound Level Meters, Acoustic Calibrators, and Particle Counters. Specific models like TSI 9535A, 3M Edge, and QUEST 2200 are listed. Clarifications indicate that equipment will be shipped in several shipments throughout the year (averaging six instruments per quarter), with instruments returned in their cases. For 9565P units and all velocity meters, both the meter and its separate probe must be calibrated annually and included together for calibration.
Contract & Timeline
- Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ)
- Period of Performance: Base Year (March 13, 2026 - March 12, 2027) with two, twelve-month option periods.
- Minimum Guarantee: $1,000.00
- Per Order Limits: Minimum $100.00, Maximum $60,000.00
- Government Ordering Limits: Minimum $1,000.00, Maximum $60,000.00
- Set-Aside: Total Small Business (NAICS Code: 811210, Size Standard: $34,000,000.00)
- Offer Due Date: March 6, 2026, 12:00 PM Local Time
- Published Date: March 4, 2026
Submission & Evaluation
Proposals/Quotes must include any exceptions to the solicitation's terms, conditions, specifications, and Statement of Work/Performance Work Statement (SOW/PWS). Questions must be submitted via email to Nareerath Lee at least two days prior to the solicitation's closing date. Evaluation factors include Technical (including delivery), Price, and Past Performance, with no specified order of relative importance. The government reserves the right to make a single award.
Additional Notes
Offerors must be registered in the System for Award Management (SAM). Payment will be made via Government Credit Card (GCPC). Key attachments include a Price List (Attachment 1.8 A024715) detailing calibration costs and a Q&A document (Attachment 4.0 26QS179-0002) providing clarifications on shipping and calibration requirements.