Gage Block Comparator

SOL #: N6426726Q4037Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL SURFACE WARFARE CENTER
NORCO, CA, 92860, United States

Place of Performance

Norco, CA

NAICS

Instruments and Related Products Manufacturing for Measuring (334513)

PSC

Inspection Gages And Precision Layout Tools (5220)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 27, 2026
2
Last Updated
Apr 7, 2026
3
Submission Deadline
Apr 11, 2026, 12:00 AM

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) Corona Division is soliciting proposals for the upgrade of one Mahr 130B-38 Gage Block Comparator to Mahr 130B-24 specifications. This requirement supports the NAVSEA Calibration Standards Program. This is a combined synopsis/solicitation for commercial items. Proposals are due by April 11, 2026.

Scope of Work

This opportunity requires the upgrade of an existing Mahr 130B-38 Gage Block Comparator to the Mahr 130B-24 model. Key deliverables include:

  • Factory System Upgrade - 130B-24 (P/N: 2240069), which involves reconditioning/replacement of sensors, total system recalibration, refurbishment of mechanical components, installation of a new platen, and new operating software.
  • Shipping Crate for 130B-24 (P/N: 2239648).
  • Shipping Hardware for 130B-24 (P/N: 2259317). Offerors must be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor, or authorized reseller, and must provide proof of authorization. Gray market items are not acceptable. Item Unique Identification (IUID) is required for items with a unit cost of $5,000 or more. Delivery will be to Pearl Harbor Naval Shipyard IMF.

Contract & Timeline

  • Type: Firm Fixed Price (FFP) purchase order.
  • Delivery Period: 90 Calendar Days from the date of award.
  • Set-Aside: None (the initial Small Business set-aside was removed by Amendment 0001).
  • Proposal Due: April 11, 2026.
  • Published: April 7, 2026.

Submission & Evaluation

This is an all-or-none requirement; partial quotes will be deemed unresponsive. Award will be made on a single purchase order to the responsible Offeror whose offer conforms to requirements and is most advantageous to the Government. The basis of award is Lowest Price Technically Acceptable (LPTA). Quotes must be valid for a minimum of 30 days. Offerors must be registered in SAM. Responses/offers shall be submitted electronically in PDF or MS Word format to the email address provided in the posting. Payment requests and receiving reports must be submitted via Wide Area WorkFlow (WAWF).

Additional Notes

The requirement for the Mahr 130B-24 upgrade is justified as a brand name procurement due to the obsolescence of the existing Mahr 130B-38, the need to maintain calibration capability, and to avoid significant technical evaluation delays, configuration risks, and cost duplication associated with alternative systems. Offerors should frequently visit the SAM.gov website for any amendments.

People

Points of Contact

Colin DwyerPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 7, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 27, 2026
View