National Instrument Hardware Calibration
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 Air Force is soliciting proposals for National Instrument Hardware Calibration services. This requirement involves the calibration of National Instruments (NI) Peripheral Component Interconnect (PCI) eXtensions for Instrumentation (PXI) equipment used in fielded Solar Radio Spectrograph (SRS) systems. The equipment will be shipped to the contractor's facility for calibration and then returned to various locations, including three OCONUS sites. This is a Small Business Set-Aside opportunity.
Scope of Work
This requirement covers the calibration of specific NI hardware, including:
- NI High Frequency Hardware (8 EA)
- Balanced Magnetic Switch (P/N: HSS-L2S-000) (8 EA)
- V5 Vindicator (P/N: DLS-1401T 548-54000-01) (1 LOT)
The contractor will provide all management, tools, supplies, equipment, and labor. Calibration certificates (CDRL A001 and A002) are required, and the contractor must notify the government of any calibration failures within seven calendar days. Repairs, if approved, must be completed efficiently. The contractor is responsible for providing pre-paid shipping labels, and specific airmail instructions apply for shipments to Hawaii, Italy, and Australia.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Small Business Set-Aside
- NAICS Code: 334515 (Small Business Size Standard: 750 Employees)
- Period of Performance: One (1) year After Receipt of Order (ARO), from 12 February 2026 to 11 February 2027.
- Place of Performance: Contractor's facility (no base access required).
Submission & Evaluation
- Offer Due Date: 20 February 2026, 1500 Mountain Daylight Time (MDT).
- Questions Due: 17 February 2026, 1500 MDT, to Mitch Carver via email.
- Submission Method: Via SAM.gov, with an optional email submission to jonathan.graham.11@us.af.mil.
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA). Only the three lowest-priced quotes will undergo a technical acceptability review.
- Required Quote Information: Official pricing, Company Name/Address, CAGE/DUNS, POC, Payment Terms, and Days to Delivery ARO.
Eligibility
Offerors must be registered in the System for Award Management (SAM).
Contact Information
Primary Contact: Jonathan Graham (jonathan.graham.11@us.af.mil, 801-586-3365).