Fiber Optic Measurement System
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, Naval Surface Warfare Center, is soliciting proposals for Fiber Optic Measurement Systems (FOMS). This requirement is for up to 32 systems under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to support the Naval Sea Systems Command (NAVSEA) Metrology and Calibration (METCAL) Program, replacing discontinued products. Proposals are due November 12, 2025.
Scope of Work
The solicitation seeks the procurement of up to 32 Fiber Optic Measurement Systems. These systems are crucial for calibrating Optical Loss Test Sets and Optical Time Domain Reflectometers. Detailed specifications are provided in Calibration Standard Specification (CSS) 04-3008 (Attachment 1). Key components include a Measurement System Mainframe/Control Unit, various laser sources (850nm, 1310nm, 1550nm), optical detectors, variable attenuators, and simplex patch cables. Systems must meet specific performance, environmental, and digital control interface requirements (IEEE 488.2, IEEE 802.3 Ethernet/LXI).
Contract Details
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ)
- Period of Performance: Five-year ordering period
- Quantities:
- Contract Minimum/Maximum: 30 / 64 units
- CLIN Minimum/Maximum (0001 & 0002): 15 / 32 units
- Delivery/Task Order Minimum/Maximum: 2 / 20 units
- CLIN Delivery/Task Order Minimum/Maximum (0001 & 0002): 1 / 10 units
- Set-Aside: None specified (Open competition, but various FAR/DFARS clauses related to small business concerns, HUBZone, SDVOSB, and WOSB are incorporated, indicating eligibility considerations).
- Place of Performance: Beaufort, SC
Deliverables
Required deliverables include:
- Technical Manual (CDRL T001)
- Calibration Certificate and Report (CDRL A001)
- Repairable Parts List (CDRL A002)
- Software Version Description (CDRL A003)
- Firmware/Software Change Request (CDRL A004) Additionally, a standard commercial warranty, accredited calibration certificates with actual data, and unique item identification (DFARS 252.211-7003) are required.
Submission & Evaluation
- Proposal Format: Proposals must be UNCLASSIFIED and submitted in four volumes: Contract Information, Technical, Past Performance, and Price Proposal. Pricing information must be separate from the Technical volume.
- Submission Method: Electronic submission as per Section L, Part A, 2.0 of the RFP, with specific email addresses provided in Amendment 0001.
- Evaluation: Award will be based on Lowest Price Technically Acceptable (LPTA). Technical proposals and Past Performance will be rated as Acceptable or Unacceptable. The Government may award based on initial offers without discussions.
- Proposal Validity: 180 days after receipt.
Key Dates & Contacts
- Proposal Due Date: November 12, 2025, 8:00 PM Pacific Standard Time (PST).
- Primary Contact: Mia Barela (maria.p.barela3.civ@us.navy.mil)
- Secondary Contact: Antonia Roman-Varela (antonia.roman.civ@us.navy.mil, 9513935873)
Additional Notes
Offerors are responsible for frequently visiting the SAM.gov website for any amendments. Payment requests and receiving reports are to be submitted electronically via Wide Area WorkFlow (WAWF).