Master Ring Gages
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 Master Ring Gages for the Measurement Science Department, Code MS35, with delivery to MCAS Beaufort, SC. This is a Total Small Business Set-Aside. An amendment has extended the response deadline and added a critical requirement for ISO 17025 Long Form Calibration Certification. Proposals are due January 29, 2026.
Scope of Work
This opportunity requires the acquisition of ten (10) each of various size Class XX Steel Master Ring Gages, specifically:
- 0.1250" Class XX Steel Master Ring (10 each)
- 0.2500" Class XX Steel Master Ring (10 each)
- 1.000" Class XX Steel Master Ring (10 each)
- 3.000" Class XX Steel Master Ring (10 each)
- 5.000" Class XX Steel Master Ring (10 each)
A critical update requires all master ring gages to include ISO 17025 Long Form Calibration Certification. Delivery is required within 90 calendar days from the date of award to CALIBRATION STDS READY ISSUE ACTIV. at MCAS BEAUFORT, SC.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (implied Firm Fixed Price)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334513 (Size Standard: 750 employees)
- Response Due: January 29, 2026, 12:00 PM local time
- Published: January 23, 2026 (Amendment published)
Evaluation
Award will be made on a single purchase order to the responsible Offeror whose offer conforms to the requirements and is most advantageous to the Government based on a Lowest Price Technically Acceptable (LPTA) basis. This is an all-or-none requirement, and partial quotes will be deemed unresponsive.
Additional Notes
Offerors must be registered in SAM.gov. Responses/offers must be submitted electronically in PDF or MS Word format to the email address provided in the posting. Offerors are responsible for monitoring the website for any further amendments.