Evaluations, Repairs and Calibrations
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 / NSWC CRANE is seeking offers for Evaluations, Repairs and Calibrations of electronic laboratory equipment under Solicitation N0016426Q0158. This acquisition is unrestricted, though the Government initially intends to negotiate with Keysight Technologies, Inc. All responsible sources are invited to submit capability statements. Offers are due May 23, 2026, at 5:00 PM Eastern Standard Time.
Scope of Work
This requirement covers onsite evaluation, calibration, and repair services for specific electronic laboratory equipment. Key items include a 3.5mm ECal module (P/N N4691B), Infiniium MSO (P/N MSO9104A), a standard mechanical calibration kit (P/N 85032F), and a synthesized sweeper (P/N 83623A). Calibration services must be 17025 or Z540.3 Accredited. The contract includes provisions for potential future orders for these services.
Contract Details
- Type: Fixed-price contract.
- Set-Aside: Unrestricted.
- NAICS: 334515 (Electronic Measuring Instrument Manufacturing), with a 750-employee size standard.
- PSC: J066 (Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment).
- Period of Performance: 60 Calendar Years from the Date of Award (as stated in the solicitation).
- Place of Performance: Inspection and Acceptance will occur at NSWC CRANE, IN.
Submission & Evaluation
- Offer Due Date: May 23, 2026, 5:00 PM Eastern Standard Time.
- Submission Method: Offers shall be e-mailed to joshua.e.tester.civ@us.navy.mil.
- Evaluation: The Government will consider capability statements from all responsible sources, but a determination not to compete based on responses is at the Government's discretion. Evaluation factors for award are not detailed in the provided sections.
- Eligibility: Contractors must be properly registered in the System for Award Management (SAM).
- Compliance: Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) is required for all information systems processing FCI or CUI.
Important Notes
This solicitation is issued as a Combined Synopsis/Solicitation pursuant to FAR Part 13, with a synopsis exception under FAR 5.201(b)(1). Interested vendors are responsible for monitoring sam.gov for any amendments. Payment requests and receiving reports must be submitted through Wide Area WorkFlow (WAWF). Delivery is FOB Destination.