Low Pressure Calibrators
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 NAVAL SURFACE WARFARE CENTER in Norco, CA, is soliciting proposals for Low Pressure Calibrators. This is a combined synopsis/solicitation for commercial items, leading to a single Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed-Price (FFP) contract. The requirement is for up to seven calibrators to replace obsolete hook gage standards, along with associated training and documentation. Proposals are due by February 19, 2026.
Scope of Work
This acquisition requires up to seven (7) low pressure calibrators capable of operating within a pressure range of -60 to 60 inches of water (inH2O) with high accuracy and stability, meeting the specifications of CSS FY21-CP-0005. Key deliverables include:
- Up to seven (7) low pressure calibrators, with the first delivery order requiring two (2) units.
- One (1) one-day training session for up to ten (10) personnel at the Fleet Readiness Center Cherry Point Calibration Lab, North Carolina.
- Various Contract Data Requirements List (CDRL) items, including Technical Manuals, Calibration Certificates, Instrument Calibration Procedures, Software/Firmware documentation, a Proposed Spare Parts list, and a Training Syllabus.
- Commercial warranty, unique serial numbers, and DoD unique identification for all calibrators.
Contract & Timeline
- Type: Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed-Price (FFP)
- Duration: Three (3) year ordering period from contract award.
- Set-Aside: Various small business set-aside clauses are incorporated by reference, including those for HUBZone, SDVOSB, and WOSB concerns.
- Response Due: February 19, 2026, 22:00:00Z
- Published: January 13, 2026, 18:58:17Z
Evaluation
Award will be made to the responsible Offeror whose proposal conforms to the solicitation requirements and is based on a Lowest Price Technically Acceptable (LPTA) methodology. Technical proposals must be rated "Acceptable" to be eligible for award. Offerors must complete Provision 52.212-3 and the Cross Reference Compliance Matrix (Attachment 03). Past performance will be evaluated using Attachment 02.
Additional Notes
This is an all-or-none requirement; partial proposals will not be evaluated. Proposals must be UNCLASSIFIED and submitted electronically (PDF or MS Word) to robert.soto76.civ@us.navy.mil. Offerors must be registered in the System for Award Management (SAM). Any amendments will be published on the SAM.gov website. Lead time for initial CLINs is 90 days After Receipt of Order (ARO).