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 (N6426726R1030). This requirement is for up to seven (7) low pressure calibrators and associated training, intended to replace obsolete hook gage standards. The contract will be a single Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed-Price (FFP) award with a three-year ordering period. Proposals are due by February 19, 2026. This opportunity is not a specific set-aside, but incorporates various small business set-aside clauses by reference.
Scope of Work
The contractor will provide:
- Up to seven (7) low pressure calibrators, operating within -60 to 60 inches of water (inH2O) with specific accuracy and stability requirements (per CSS FY21-CP-0005).
- One (1) one-day training session for up to ten (10) people at the Fleet Readiness Center Cherry Point Calibration Lab, NC.
- Comprehensive documentation, including Technical Manuals (CDRL T001), Calibration Certificates (CDRL A001), Instrument Calibration Procedures (CDRL A002), Software/Firmware Version Descriptions (CDRL A003), Software/Firmware Change Requests (CDRL A004), Proposed Spare Parts List (CDRL A005), and a Training Syllabus (CDRL A006).
- Commercial warranty, unique serial numbers, and DoD unique identification for all calibrators.
Contract Details
- Contract Type: Single Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed-Price (FFP).
- Ordering Period: Three years from contract award.
- First Delivery Order: Requires two (2) calibrators.
- Place of Performance: Norco, CA.
- Set-Aside: None specified for the overall opportunity; however, various small business set-aside clauses (HUBZone, SDVOSB, WOSB) are incorporated by reference.
Submission & Evaluation
- Proposals Due: February 19, 2026, 22:00:00Z.
- Submission Method: Electronically (PDF or MS Word) to robert.soto76.civ@us.navy.mil.
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA). Technical proposals must be rated "Acceptable."
- Requirements: Offerors must be registered in SAM, complete Provisions 52.212-3, and fill out the Cross Reference Compliance Matrix (Attachment 03).
- CMMC: Offerors must address updated CMMC Level 1 (Self) requirements, including providing current CMMC status and affirmations in SPRS, and submitting CMMC Unique Identifiers (UIDs).
Key Updates
- Amendment 0001 (Feb 4, 2026): Updated CMMC clauses (252.204-7021, 252.204-7025) and Exhibits A and B. CMMC Level 1 (Self) is required.
- Questions & Answers (Feb 13, 2026): Clarified technical requirements for natural environments, pressure, accuracy, connections, dust exposure, training skill set, and confirmed a typo correction in CDRL A006.
Contact Information
- Primary: Robert Soto (robert.soto76.civ@us.navy.mil, 951-393-5218)
- Secondary: Marcella Webber (marcella.g.webber.civ@us.navy.mil)