Keysight License
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, specifically the Marine Depot Maintenance Command (MDMC), intends to procure the Keysight N7800A Calibration and Adjustment Software on a Sole-Source basis from Keysight Technologies Inc. This presolicitation notice indicates the government's justification for a non-competitive award to ensure the efficient and effective operation of instruments and restore critical calibration capabilities. Responses regarding this sole-source intent are due by April 30, 2026.
Scope of Work
The required software, Keysight N7800A Calibration and Adjustment Software, is essential for the efficient and effective operation of instruments at the USMC 29 Palms Calibration lab. Its procurement is critical for restoring calibration capability, which directly supports communication systems and maintains mission readiness. Delays in obtaining this software would negatively impact operational support and increase the backlog of work orders.
Contract & Timeline
- Type: Presolicitation (Sole-Source Intent)
- Set-Aside: Sole-Source (Justification for Other Than Full and Open Competition)
- Product/Service Code: 7A21 (Business Application Off The Shelf Software)
- Response Due: April 30, 2026, 1:00 PM EDT
- Published: April 16, 2026, 5:10 PM EDT
- Place of Performance: Albany, GA
Evaluation
This is a presolicitation notice for a sole-source procurement, not a request for competitive proposals. The justification is based on exclusive licensing agreements with Keysight Technologies, Inc., identified as the sole provider capable of meeting the requirement. Interested parties may submit capabilities statements to challenge the sole-source determination.
Additional Notes
A "Determination that Only One Source is Reasonably Available" document has been published, outlining the rationale for the sole-source acquisition under FAR Part 12 and the Simplified Acquisition Threshold. The urgency stems from the need to prevent negative impacts on operational support and avoid increased workorder backlogs.