Wattmeter Calibration Systems
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 Wattmeter Calibration Systems. This combined synopsis/solicitation seeks to procure up to eleven (11) Wattmeter Calibration Systems (WCS) and one (1) Primary Lab Wattmeter Calibration System (PLWCS) to modernize and enhance the Navy's radio frequency wattmeter workload calibration capabilities. The contract will be a five-year Indefinite Delivery/Indefinite-Quantity (IDIQ) Firm-Fixed-Price award. Proposals are due February 10, 2026.
Scope of Work
The requirement includes the supply of WCS (per CSS 01-3243) and PLWCS (per CSS 01-3246), complete installation at specified locations, and three days of training for up to ten persons per delivery order. Comprehensive documentation is required, including technical manuals, calibration certificates, OEM instrument calibration procedures, software/firmware descriptions, repairable parts lists, training syllabi, uncertainty analyses, licensing documentation, and source code. The systems must support calibration of analog and digital RF 50 ohm impedance thru line wattmeters, with capabilities up to 1050 watts at 2-400 MHz and 105 watts at 2-1000 MHz.
Contract Details
- Type: Indefinite Delivery/Indefinite-Quantity (IDIQ) Firm-Fixed-Price
- Period of Performance: Five-year ordering period from May 27, 2026, to May 27, 2031.
- Set-Aside: None specified.
- Place of Performance: Lakehurst, NJ, and various US Navy/Marine Corps locations for training/delivery.
Key Requirements
Offerors must be registered in the System for Award Management (SAM). A critical update from Amendment 0001 mandates Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) or higher for all information systems processing Federal Contract Information (FCI) or Controlled Unclassified Information (CUI). Offerors must provide CMMC Unique Identifiers (UIDs) in their proposals. The requirement is all-or-none; partial proposals will not be evaluated. Bidders must utilize provided matrices for shipping and travel pricing, and complete forms for past performance and small business subcontracting plans (if applicable).
Evaluation
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include Price, Technical Approach (acceptable/unacceptable), Past Performance (acceptable/unacceptable), and Contract Documentation (go/no-go). Bidders must demonstrate compliance with technical specifications (CSS 01-3243, CSS 01-3246) and Statement of Work requirements using the provided Cross Reference Matrix.
Submission
Proposals must be submitted electronically in PDF or MS Word format by February 10, 2026, at 00:30:00Z. Proposals must remain valid for 180 calendar days.