Wattmeter Calibration Systems

SOL #: N6426726R1003Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL SURFACE WARFARE CENTER
NORCO, CA, 92860, United States

Place of Performance

Lakehurst, NJ

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

Electrical And Electronic Properties Measuring And Testing Instruments (6625)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 23, 2025
2
Last Updated
Feb 3, 2026
3
Submission Deadline
Feb 10, 2026, 12:30 AM

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, has issued a combined synopsis/solicitation for the procurement of Wattmeter Calibration Systems (WCS) and a Primary Lab Wattmeter Calibration System (PLWCS). This initiative aims to modernize the Navy's 40-year-old calibration infrastructure, enhancing accuracy and range for radio frequency wattmeter workloads. Proposals are due by February 10, 2026.

Scope of Work

The contractor shall provide a complete, integrated turnkey solution including:

  • Hardware: Up to eleven (11) WCS units and one (1) PLWCS unit.
  • Services: Installation at specified Navy/Marine Corps locations and three days of training for up to ten personnel per installation.
  • Documentation: Technical manuals, calibration certifications, software/firmware descriptions, source code, and a detailed measurement uncertainty analysis.
  • Cybersecurity: Compliance with CMMC Level 1 (Self) is required per DFARS 252.204-7021 and 252.204-7025.

Contract & Timeline

  • Type: Five-year Indefinite Delivery/Indefinite-Quantity (IDIQ) Firm-Fixed-Price (FFP) contract.
  • Lead Time: Per Amendment 0002, the initial delivery lead time is 12 months from the issuance of the Delivery Order (DO), with subsequent units delivered at 90-day intervals.
  • Set-Aside: None specified (Open Competition).
  • Response Due: February 10, 2026.
  • Place of Performance: Lakehurst, NJ, with various delivery sites across the U.S. and Japan.

Evaluation

Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include:

  1. Price
  2. Technical Approach (Acceptable/Unacceptable)
  3. Past Performance (Acceptable/Unacceptable)
  4. Contract Documentation (Go/No-Go)

Additional Notes

This is an all-or-none requirement; partial or component-only proposals will be deemed non-responsive. Offerors must be registered in SAM and provide CMMC unique identifiers from SPRS.

People

Points of Contact

Antonia Roman-VarelaSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Feb 3, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Jan 12, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Dec 23, 2025
View
Wattmeter Calibration Systems | GovScope