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 NAVSUP Fleet Logistics Center (FLC) Norfolk intends to award a Firm Fixed-Price contract for Calibration Services for the United States Fleet Forces Command in Norfolk, VA. This is a Total Small Business Set-Aside. Proposals are due by February 24, 2026, 12:00 PM EST.
Scope of Work
This opportunity requires comprehensive calibration services for various critical equipment and instrumentation. The scope includes, but is not limited to:
- Sequence Valves: Calibration of specific SUN Hydraulics sequence valves (Model: YSELFANCD / 2LD1-A2) designed to open at 150 psi, operating at 2,500 psi, and with a maximum operating pressure of 3,000 psi.
- TSV-5 Vindicator Gages: Calibration of a detailed inventory of gages and probes, as outlined in the provided calibration log, including tracking equipment details, calibration status, and due dates.
- TSV4 Narragansett Gauges: Calibration of various gauges on the TSV4 Narragansett vessel, addressing items with expired, rejected, or missing calibration status, and adhering to specified due dates (e.g., August 28, 2025).
- TSV-3 Hunter Gauges: Calibration of a wide range of gauges for the TSV-3 Hunter, including cylinder exhaust temperature, tachometers, hydraulic pressure, and other monitoring equipment across systems like main engines, bow thruster, and main switchboard. These gauges have specific ranges, units, and due dates (e.g., May 13, 2027).
The services are required from March 1, 2026, to September 30, 2026.
Contract Details
- Contract Type: Firm Fixed-Price
- Set-Aside: Total Small Business Set-Aside (FAR 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.
Submission & Eligibility
- Proposal Due Date: February 24, 2026, 12:00 PM Eastern Standard Time.
- Submission: Proposals are being requested; a written solicitation will not be issued. Interested vendors must submit a capability statement via beta.SAM.gov.
- 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 SAM registration will render a vendor ineligible.
Contact Information
All questions regarding this requirement should be directed to Brittany Simmons at brittany.s.simmons3.civ@us.navy.mil.