Test, Measurement, and Diagnostic Equipment (TMDE) of Precision Pressure Standard, Model 3689A Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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's Portsmouth Naval Shipyard is conducting market research via a Sources Sought notice to identify potential small businesses capable of providing Test, Measurement, and Diagnostic Equipment (TMDE) services for Precision Pressure Standard, Model 3689A equipment. This market research aims to inform a potential future solicitation for calibration and repair services. Responses are due by May 13, 2026, at 11:00 AM EST.
Scope of Work
The requirement is for calibration and potential repair services for seven (7) units of King Nutronics Corporation, Precision Pressure Standard, Model 3689A. Services will be performed at the Contractor's Facility. Key performance standards include:
- Adherence to NAVSEA Metrology and Calibration (METCAL) requirements.
- Contractor must be a certified/accredited Commercial Calibration Activity (CCA) or Original Equipment Manufacturer (OEM).
- Compliance with ANSI/NCSL Z540.1 (1994), ANSI/NCSL Z540.3 (2006), or ISO 17025.
- Minimum Test Accuracy Ratio (TAR) or Test Uncertainty Ratio (TUR) of 4:1.
- Measurement traceability to U.S. National Standards.
- Provision of Calibration Certificates.
- Use of OEM-compliant parts; unplanned repairs require Government approval.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- Set-Aside: Market research for potential small businesses.
- Period of Performance:
- Base: June 24, 2026 – June 23, 2027
- Option Year 1: June 24, 2027 – June 23, 2028
- Option Year 2: June 24, 2028 – June 23, 2029
- Response Due: May 13, 2026, 11:00 AM Eastern Standard Time
- Published: May 8, 2026
Response Requirements
Interested parties must submit a PDF document (limited to five pages) via email to the Contract Specialist. Responses should include:
- Confirmation of intent to submit a quote.
- A capabilities statement.
- Supporting documentation demonstrating compliance with SOW paragraphs 3.1, 3.2, and 3.2.1.
- Confirmation of a property management system.
- Company Name, CAGE Code, TIN, Point of Contact (name, phone, email, address), Business Size & Type.
- Recommended NAICS code for the procurement (current NAICS is 334513). Responders must meet all SOW specifications, have an active CAGE Code and SAM registration, and not be on the Excluded Parties List.
Additional Notes
This is for informational purposes only and is not a Request for Proposal. The Government will not award a contract based on this notice and will not pay for information submitted. Responses will help determine if a competitive procurement is feasible.