NOTICE: THIS IS A SOURCES SOUGHT. THIS IS NOT A REQUEST FOR PROPOSAL.
1. The purpose of this Sources Sought is to conduct market research to determine if any responsible sources exist, outside of the suggested sole source, Fluke Electronics (IAW: DFARS PGI 206.302-1) and the Government is interested in large and small businesses concerns. This is not a solicitation announcement for proposals. This notice is for informational and planning purposes only and is not to be construed as a commitment by the U.S. Government, nor will the U.S. Government pay for information solicited. The Government will not return any information submitted, nor will the Government compensate any company who responds to this notice. The proposed North American Industry Classification Systems (NAICS) Code is 811210 Electronic and Precision Equipment Repair and Maintenance, which has a corresponding Size Standard of $34M. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide a capabilities statement, confirming your availability to provide the described service/supplies. The Government anticipates issuing a Firm Fixed Price (FFP) Indefinite Quantity, Indefinite Delivery (IDIQ) contract for the required services. This contract will consist of one (1) base year and one (1) option year.
2. Program Details
Requirement Need: Have vendor perform tolerance-based calibration services and repairs with a Calibration Certificate for: two (2) Precision Infrared Calibrators, one (1) Gas Flow Calibration System, two (2) Mobloc Sonic Flow Elements, five (5) Mobloc Laminar Flow Elements, three (3) HG Manometer Heads, three (3) Piston Cylinders, one (1) Super Thermometer, one (1) Molbox Terminal, one (1) Signal Conditioner, one (1) Deadweight Tester, one (1) Reference Multimeter, one (1) Oil Operated Piston Gauge, one (1) Mass Carrying Bell, one (1) Mass Set, four (4) Calibrators, one (1) Series II Calibrator, and one (1) Type S Thermocouple Standard.
Calibration must be traceable to the one of the following via an unbroken chain of measurements:
The calibration process used must result in a Test Uncertainty Ratio of 4:1 or greater, or a False Accept Risk of 2% or less, in accordance with the applicable paragraph(s) of ANSI/NCSL Z540.3 or later. A calibration certificate must be provided which states the source of traceability and compliance with the above paragraph. It must also state whether the item was in-tolerance as received. “As found” and “as left” measurement values are required on the certificate of calibration. These instruments need preventative maintenance performed yearly and all services on broken parts fixed to ensure non-stop execution of daily work within Norfolk Naval Shipyard, Mid-Atlantic Regional Materials Test Laboratory.
Market Survey: Please describe your company’s ability to provide preventative maintenance on the above items. A SOW is also attached, with each of the thirty (30) items listed in Appendix A. Please state your business size (small or large) based upon the size standard above. Please provide a rough order of magnitude for an IDIQ contract consisting of one (1) base year and one (1) option year. If you would like to propose an alternate NAICS Code please state why another NAICS Code would better fit this requirement.
By submitting information, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Furthermore, prospective awardees must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment. Contractors may obtain information on registration and annual confirmation requirements by calling 866-606-8220 or via the Internet at http://www.sam.gov.
Responses should be emailed to Crystal Porter at [email protected] and Chaunsa Saunders at [email protected] with a copy to Denise Swain, Contracting Officer, at [email protected] by 12 P.M. EST on Thursday 3 July 2025.
Again, this is not a request for a proposal. Respondents will not be notified of the results.