CALIBRATION SERVICES

SOL #: N00164-26-Q-0049Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NSWC CRANE
CRANE, IN, 47522-5001, United States

Place of Performance

Crane, IN

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment (J066)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 24, 2026
2
Submission Deadline
Mar 10, 2026, 8:00 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 Naval Surface Warfare Center (NSWC) Crane Division intends to establish multiple 5-year Blanket Purchase Agreements (BPAs) for calibration services for NSWC Crane only, located in Crane, IN. The overall ceiling for each BPA is $2,000,000, with a maximum call/order limit of $25,000. This is an Unrestricted acquisition, though small business representations are included in Section K of the solicitation. Quotes are due by March 10, 2026, at 4:00 PM Eastern Time.

Scope of Work

This opportunity seeks vendors to provide comprehensive calibration services for Test, Measurement, and Diagnostic Equipment (TMDE). Key requirements include:

  • Calibration performed against full Original Equipment Manufacturer (OEM) specifications.
  • ISO/IEC 17025:2017 accreditation is mandatory, with ANSI/NCSL Z540.3-2006 accreditation preferred.
  • Calibration reports must include expanded uncertainties and tolerances.
  • Vendors are responsible for all shipping costs to return units to NSWC Crane.
  • Compliance with Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) or higher for information systems processing FCI or CUI.

An "Equipment list 1.0.xlsx" document provides details on the types of equipment, including manufacturers, models, nomenclature, calibration intervals, and associated costs, to help bidders understand the scope.

Contract & Timeline

  • Type: Combined Synopsis/Solicitation for 5-year Blanket Purchase Agreements (BPAs).
  • Duration: 5 years from the date of the BPA Master Agreement.
  • Ceiling: $2,000,000 maximum overall ceiling per BPA; $25,000 maximum per call/order.
  • Pricing: Firm-fixed pricing, fixed for one year and updated annually.
  • Set-Aside: Unrestricted (small business representations in Section K).
  • Response Due: March 10, 2026, 4:00 PM Eastern Time.
  • Published: February 24, 2026.

Key Deliverables & Documentation

Contract Data Requirements Lists (CDRLs) specify several required deliverables:

  • CDRL A004 (Calibration Certificate): Original certificate for each calibrated equipment piece, including software/firmware update details, due within 3 calendar days of calibration completion, submitted electronically and shipped with equipment.
  • CDRL A003 (Calibration Data Report): As required/generated, within 3 calendar days of calibration completion, submitted electronically and shipped with equipment.
  • CDRL A002 (Technical Report, Study/Service): For damaged shipping containers/equipment, due upon receipt of damage and within 5 working days of receipt of damaged equipment, submitted electronically.
  • CDRL A001 (Certificate of Compliance): Related to Accredited Commercial Calibration Activities, including accreditation certificates and notification of status changes, submitted electronically.

Submission & Evaluation

Interested vendors must submit a brief Industry Capabilities Statement/Past Performance and firm-fixed prices using the provided Price List format. Submissions shall be e-mailed to Jilda.e.tow.civ@us.navy.mil. Evaluation will be based on Technical Capability and Past Performance, with the most advantageous quotes being selected. Award will be based on pricing per asset once master agreements are awarded.

Additional Notes

Contractors must be properly registered in the System for Award Management (SAM). Vendors are responsible for monitoring SAM.gov for any amendments to the solicitation.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
CALIBRATION SERVICES | GovScope