Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2025 SAM #8595
SOURCES SOUGHT

J -- Sources Sought - NNSY Calibration & Repair IDIQ

Notice Date
6/6/2025 8:09:18 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
 
ZIP Code
23709-1001
 
Solicitation Number
NNSY-137-0008
 
Response Due
6/12/2025 9:00:00 AM
 
Archive Date
06/13/2025
 
Point of Contact
Audrey Franklin, Phone: 7573968364, Jordan Moore, Phone: 7573968359
 
E-Mail Address
audrey.m.franklin2.civ@us.navy.mil, jordan.e.moore.civ@us.navy.mil
(audrey.m.franklin2.civ@us.navy.mil, jordan.e.moore.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT. THIS IS NOT A REQUEST FOR PROPOSAL. This announcement constitutes a Sources Sought (SS) for information and planning purposes. The Service Contract Division, C410, Norfolk, Norfolk Naval Shipyard (NNSY), Portsmouth, VA, 23709-5000 intends to issue a sole source Firm Fixed-Price, Indefinite Quantity, Indefinite Delivery (IDIQ) contract to Keysight Technologies Inc and will utilize procedures under FAR Part 13 Simplified Acquisitions to issue a contract to provide contractor services for thirty-four (34) pieces of government owned equipment as defined by the attached Statement of Work (SOW). FAR 13.106-1(b)(1)(i) states for purchases not exceeding the simplified acquisition threshold, Contracting Officers may solicit from one source if the Contracting Officer determines that the circumstances of the contract action deem only one source reasonably available. This contract will consist of one (1) base year and one (1) option year. 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 anticipated North American Industry Classification System (NAICS) code is 811210, which has a corresponding size standard of $34 million. 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. This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources outside of the suggested sole source, Keysight Technologies Inc for information purposes only. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Responsible sources may identify their interests and capability by responding to this requirement in accordance with the posted opening and closing dates. Please provide a capabilities statement and a description of any similar previous work. Market Survey: 1. Please describe your company�s ability to provide the services outlined in the SOW for each of the thirty-four (34) the items listed in Appendix A of the SOW. a. Calibration must be performed by a NAVSEA-approved calibration laboratory, at the physical location identified on the activity�s certificate of accreditation. The activity�s associated scope of competency must address the appropriate measurement parameters and ranges of the calibration performed. b. Each calibration must be accompanied with an accredited certificate or report of calibration. The certificate or report of calibration will include before-and-after measurement data and either test uncertainty ratio (TUR) or test accuracy ratio (TAR) information as outlined 2. Please state your business size (small or large) based upon the size standard above. 3. Please provide a rough order of magnitude for an IDIQ contract consisting of one (1) base year and one (1) option year. 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 awardee 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 Audrey Franklin at audrey.m.franklin2.civ@us.navy.mil and Jordan Moore at jordan.e.moore.civ@us.navy.mil with a copy to Denise Swain, Contracting Officer, at denise.j.swain.civ@us.navy.mil by 12 P.M. EST on Thursday 12 June 2025. Again, this is not a request for a proposal. Respondents will not be notified of the results.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d6b658525e7a4e6db4cbe89c591523d3/view)
 
Place of Performance
Address: VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN07469475-F 20250608/250606230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.