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, Naval Surface Warfare Center, is soliciting proposals for Low Pressure Calibrators under a Combined Synopsis/Solicitation. This requirement is for a single Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed-Price (FFP) contract. An amendment (N6426726R10300001) updated cybersecurity requirements, specifically mandating CMMC Level 1 (Self). Proposals are due by February 19, 2026.
Scope of Work
The contract requires the procurement of up to seven (7) low pressure calibrators to replace obsolete standards, along with a one-day training session for up to ten personnel at the Fleet Readiness Center Cherry Point Calibration Lab, NC. Calibrators must operate within a pressure range of -60 to 60 inches of water (inH2O) and meet the requirements of Calibration Standards Specifications (CSS) FY21-CP-0005, October 2022, with an accuracy of ±0.009% of indicated value. Key deliverables include technical manuals, calibration certificates, OEM calibration procedures, software/firmware documentation, a proposed spare parts list, and a training syllabus (CDRLs T001, A001-A006). The first delivery order will require two calibrators.
Contract Details
- Contract 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.
- Place of Performance: Norco, CA (for calibrators); Cherry Point, NC (for training).
Evaluation & Submission
Award will be made to the responsible Offeror whose proposal conforms to requirements, based on a Lowest Price Technically Acceptable (LPTA) evaluation. Technical proposals must be rated "Acceptable." Offerors must complete Provisions 52.212-3 and the Cross Reference Compliance Matrix (Attachment 03). Proposals must be submitted electronically (PDF or MS Word) to the email address provided in the posting by February 19, 2026. Offerors must be registered in SAM.
Key Updates & Requirements
Amendment N6426726R10300001 updated clauses 252.204-7021 and 252.204-7025, requiring CMMC Level 1 (Self). Offerors must ensure their proposals address these updated CMMC requirements, including providing current CMMC status, affirmations in SPRS, and submitting CMMC unique identifiers (UIDs). Exhibits A and B (CDRLs) were also updated.