Closed Solicitation · DEPT OF DEFENSE

    8(A) SET-ASIDE FOR CALIBRATION AND METROLOGY LAB SERVICES

    Sol. N6660425Q0047Combined Synopsis/SolicitationSet-aside: 8(a) Set-Aside (FAR 19.8)NEWPORT, RI
    Closed
    STATUS
    Closed
    closed May 28, 2025
    POSTED
    May 22, 2025
    Publication date
    NAICS CODE
    811210
    Primary industry classification
    PSC CODE
    J066
    Product & service classification

    AI Summary

    The Department of Defense, specifically the Navy, is seeking bids for calibration and metrology lab services under an 8(a) set-aside contract, with RFQ Number N66604-25-Q-0047. This opportunity is classified under NAICS Code 811210, and the contract will be awarded as a single Indefinite Delivery/Indefinite Quantity Purchase Order. Interested bidders should refer to the attached RFQ document for detailed requirements and amendments, as the solicitation will be open for less than 15 days.

    Contract details

    Solicitation No.
    N6660425Q0047
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    8(a) Set-Aside (FAR 19.8)
    Posted Date
    May 22, 2025
    Response Deadline
    May 28, 2025
    NAICS Code
    811210AI guide
    PSC / Class Code
    J066
    Issuing Office
    NUWC DIV NEWPORT
    Primary Contact
    Michelle Weigert
    State
    RI
    ZIP Code
    02841-1703
    AI Product/Service
    service

    Description

    SEE ATTACHED RFQ DOCUMENT FOR FULL INFORMATION NEEDED TO QUOTE

    Amendment 0001 - This solicitation is being amended to post questions and answers from industry, make a change to Section L, and add attchment 8 - CDRLs.

    Q1: How many overtime (OT) hours have been used historically?

    A1: 20 onsite for the last 3 years at AUTEC (not including travel on Sunday and Saturday)

    Q2: Have all 640 hours been utilized?

    A2: No

    Q3: How much travel has occurred historically?

    A3: 6 trips in 3 years

    Q4: What were the travel locations?

    A4: AUTEC Andros Island, Bahamas

    Q5: What was the typical duration of travel?

    A5: One week per trip but could be up to 2 weeks

    Q6: How many individuals traveled?

    A6: One accompanied by a Government person

    Q7: Which labor categories/levels were involved?

    A7: Engineering Tech V

    Q8: CLIN 0004: NSP Items What does this amount represent?

    A8: The quantity and unit of issue “1 lot” represents all data deliverables required by the CDRLs for the duration of the contract.

    Q9: Does the page limitation for Factor 3 include both the Pricing Table and the detailed cost buildup for CLIN 0001?

    A9: Section L has been updated to clarify. Change has been highlighted in yellow in the document.

    Q10: Is the majority of work performed at NUWC Newport?

    A10: Yes

    Q11: Are all employees located in RI?

    A11: Yes.

    Q12: Is travel required to AUTEC locations? If so, what are these locations?

    A12: Yes, Andros Island, Bahamas

    Q13: How often are Contract Data Requirements List (CRDLs) required?

    A13: See Attachment 8 CDRLs

    Q14: Is all work performed at the Government’s facility?

    A14: Yes

    Q15: How many times per month will a contractor vehicle be required? The SOW notes this is a regular and recurring event.

    A15: Daily

    This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 15 days, in accordance with FAR 5.203(a)(2). Incorporated provisions and clauses are those in effect though the most current Federal Acquisition Circular (FAC), 2025-03, effective 01/17/2025.


    RFQ Number is N66604-25-Q-0047.


    This requirement is being competed as an 8(a) set-aside. The NAICS Code for this requirement is 811210 (Electronic and Precision Equipment Repair and Maintenance) and the small business size standard is $34M.


    NUWCDIVNPT intends to award a single Indefinite Delivery/Indefinite Quantity (IDIQ) Purchase Order for metrology and calibration services in accordance with the Statement of Work, Attachment 1. The Contract Line Item Number (CLIN) structure is identified below:


    CLIN 0001 Firm Fixed Price – Qty: 1 Lot Description: Material Coordination, Calibration, and Repair Services in accordance with the Statement of Work, Tasks 4.1- 4.5, Attachment 1


    CLIN 0002 Time and Materials – Qty Number of hours per pricing table below Description: Material Coordination, Calibration, and Repair Services in accordance with the Statement of Work, Task 4.5, Attachment 1.


    CLIN 0003 Firm Fixed Price Not to Exceed – Qty 1 Job Description: Travel costs associated with performance of SOW task 4.5.


    CLIN 0004 – Qty 1 Lot Description: Data in accordance with Exhibit A, Contract Data Requirements List (CDRL), DD Form 1423-2; Not separately priced (NSP)

    Places of Performance: NUWCDIVNPT Newport, RI and the Atlantic Undersea Test and Evaluation Center (AUTEC)


    Period of Performance: 14 June 2025 – 13 June 2030

    Key dates

    1. May 22, 2025Posted Date
    2. May 28, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    8(A) SET-ASIDE FOR CALIBRATION AND METROLOGY LAB SERVICES is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.