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
Original Source
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, is soliciting proposals for Wattmeter Calibration Systems (WCS) and a Primary Lab Wattmeter Calibration System (PLWCS). This Combined Synopsis/Solicitation aims to modernize the Navy's radio frequency wattmeter calibration capabilities. The contract will be a five-year Indefinite Delivery/Indefinite-Quantity (IDIQ) Firm-Fixed-Price award. Proposals are due February 10, 2026, at 00:30Z.
Scope of Work
The requirement is for a complete, integrated turnkey solution, including:
- Up to eleven (11) Wattmeter Calibration Systems (WCS) per CSS 01-3243.
- One (1) Primary Lab Wattmeter Calibration System (PLWCS) per CSS 01-3246.
- Installation at specified locations.
- Training (3 days for up to 10 persons per delivery order).
- Extensive documentation, including technical manuals, calibration certificates, software/firmware descriptions, spare parts lists, training syllabi, uncertainty analyses, licensing, and source code. Component-only proposals will be deemed non-responsive.
Contract Details & Requirements
- Contract Type: IDIQ Firm-Fixed-Price.
- Period of Performance: Five-year ordering period, anticipated May 27, 2026, to May 27, 2031.
- Set-Aside: None specified.
- Delivery Schedule: For the first Delivery Order (DO), CLINs 0001 and 0003 have a 12-month lead time from the date of DO issuance. Subsequent DOs will have a 90-day delivery period from the date of DO issuance.
- Cybersecurity: Offerors must comply with CMMC Level 1 (Self) requirements (DFARS 252.204-7021, 252.204-7025), with status recorded in SPRS prior to award and maintained throughout performance.
- Registration: Contractors must be registered in SAM.gov.
Submission & Evaluation
- Proposal Due: February 10, 2026, 00:30Z.
- Submission Method: Electronically (PDF or MS Word) to the email address in the posting.
- Evaluation: Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, considering Price, Technical Approach (acceptable/unacceptable), Past Performance (acceptable/unacceptable), and Contract Documentation (go/no-go).
- Validity: Proposals must remain valid for 180 calendar days.
Important Notes
Offerors are responsible for frequently visiting SAM.gov for any amendments or updates.
People
Points of Contact
Andrew DavisPRIMARY
Antonia Roman-VarelaSECONDARY
Files
Versions
Version 5Viewing
Combined Synopsis/Solicitation
Posted: Feb 3, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Feb 2, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Jan 12, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Dec 23, 2025