ProSig Calibration Service
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 Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, intends to award a Firm Fixed-Price (FFP) purchase order for ProSig Calibration Service. This opportunity is a Total Small Business Set-Aside and seeks services for the Naval Packaging, Handling, Storage, and Transportation Center (PHST) environmental test lab at Picatinny Arsenal, NJ. Quotes are due by March 27, 2026, at 10:00 AM EST.
Scope of Work
This multi-year contract, with a base period and four option years, requires comprehensive support for PROSIG DATS licenses and PROSIG P8020 data acquisition systems. The services are crucial for maintaining current software and calibrated hardware for qualifying packaging and handling equipment within the Naval logistics system. Key requirements include:
- Software Support: Provide annual software support for specified PROSIG DATS licenses, including updates and patches.
- Hardware Support & Calibration: Provide annual return-to-factory maintenance, repair, and calibration services for PROSIG P8020 units.
- Technical Support: Offer unlimited phone and email support for software-related issues.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ N0017426Q1033)
- Contract Type: Firm Fixed-Price (FFP) purchase order, utilizing Simplified Acquisition Procedures.
- Duration: Base year plus four option years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541511 (Information Technology Professional Services) with a size standard of $34,000,000.
- Quote Due Date: March 27, 2026, 10:00 AM EST.
- Published Date: March 11, 2026.
- Place of Performance: NSWCIHD Detachment Picatinny - Picatinny Arsenal, NJ 07806.
Evaluation Factors
The Government intends to award a contract to the responsible vendor whose quote is most advantageous, considering price and other factors. Evaluation will be conducted on a Lowest Price Technically Acceptable (LPTA) basis, without discussions unless deemed necessary by the Contracting Officer. Factors in order of importance are:
- Technical: Quotes must meet all required specifications included in the RFQ.
- Price: Quotes must include all applicable costs.
Submission Instructions
Quote packages must be submitted to Jodi.l.fields.civ@us.navy.mil by the due date. Late quotes will not be considered. Submissions must include a cover sheet with:
- Official Company Name
- Point of contact (name and phone number)
- DUNS number and CAGE Code Bidders must complete blocks 12, 17, 23, 24, and 30 of Standard Form 1449. Invoices and receiving reports will be submitted via Wide Area WorkFlow (WAWF).
Additional Notes
This solicitation includes requirements for System Security Plans (SSPs), Plans of Action and Milestones (POAMs), compliance with NIST 800-171, and addresses Cybersecurity Maturity Model Certification (CMMC) requirements. Inspection and acceptance will occur at the destination.
- Primary Contact: Jodi Fields (jodi.l.fields.civ@us.navy.mil)
- Technical Point of Contact: Sam Kouretas (Samuel.kouretas@navy.mil, 973-724-7897)