Calibration Services
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 Fleet Logistics Center (FLC) Norfolk, intends to award a Firm Fixed-Price contract for Calibration Services for designated shipboard "critical" gauges. This Total Small Business Set-Aside opportunity requires a local qualified vendor to perform calibrations for vessels stationed at Piers 11 and 12, JEBLC, Norfolk, VA. Proposals are due February 24, 2026, by 12:00 PM Eastern Standard Time.
Scope of Work
The requirement covers the procurement of calibration services for various gauges, including those on the TSV-3 Hunter, TSV4 Narragansett, and TSV-5 Vindicator systems, as detailed in the attached gauge lists. Key tasks include:
- Performing all required calibrations for gauges listed in enclosures.
- Coordinating with Ship's Force for mechanical and electrical isolations and system restoration.
- Affixing dated calibration stickers to all satisfactorily calibrated gauges.
- Reporting and documenting any deficient conditions to the vessel's Chief Engineer, Master, or CSG-4 Port Engineer.
- Specific components like SUN Hydraulics sequence valves (Model: YSELFANCD / 2LD1-A2) requiring calibration are also identified.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Period of Performance: March 1, 2026, through September 30, 2026
- Set-Aside: Total Small Business (FAR Subpart 19.5)
- NAICS Code: 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Size Standard: $12.5 million
- Product Service Code (PSC): J019 – Maint/Repair/Rebuild Of Equipment- Ships, Small Craft, Pontoons, And Floating Doc
- Place of Performance: Piers 11 and 12, JEBLC, Norfolk, VA
Submission & Evaluation
- Offer Due Date: February 24, 2026, 12:00 PM Eastern Standard Time
- Submission: Proposals are being requested; a written solicitation will not be issued. Vendors should submit a capability statement in beta.SAM.gov.
- Evaluation: The Government will award to the responsible offeror whose offer is most advantageous, considering price and other factors. Price will be evaluated based on total FFP, using price analysis procedures to determine reasonableness. The method of evaluation is at the Contracting Officer's discretion.
Additional Notes
- SAM Registration: Prospective awardees must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment. Lack of registration will make a vendor ineligible. Information on SAM registration is available at http://www.sam.gov or by calling 1-999-227-2423.
- Contact: Direct all questions regarding this requirement to Brittany Simmons at brittany.s.simmons3.civ@us.navy.mil.