*CANCELED* Fiber Optic Measurement System

Project ID: N6426725R1008 FederalOpportunitiesSynopsis Solicitation
Overview
AgencyNaval Surface Warfare Centers
Deadline11/12/25
Posted03/09/26
Estimated Value$250,000 - $750,000 (AI estimate)
Set AsideNone
NAICS334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
PSC6070 - Fiber Optic Accessories And Supplies
LocationBeaufort, SC United States
Description
Primary Latest Change

Posted: Sept. 25, 2025, 8:17 p.m. EDT This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-03, January 17, 2025. The provision at 52.212-3 and the clauses at 52.212-4, 52.212-5 apply to this acquisition; no addenda are attached. This is an all-or-none requirement and partial proposals will be deemed unresponsive and will not be evaluated. The Government will award on a single purchase order to the responsible Offeror whose offer conforms to the requirements as stated in the Solicitation and is most advantageous to the Government based on the criteria listed in section L and section M of the Solicitation. All responsible sources may submit a proposal which, if timely received, will be considered by the Agency. Proposals are due no later than the response date in the posting. Responses/offers shall be submitted electronically, PDF or MS Word Format to the email address in the posting. Any amendment(s) issued to this Request for Proposal (RFP) will be published on this website. Therefore, it is the Offerors responsibility to visit this website frequently for updates on this procurement. No telephone requests.

Summary (Newest Update)

Background The Naval Surface Warfare Center, Corona Division (Corona Division), Measurement Science and Engineering Department is responsible for Metrology, Test, and Monitoring Systems Assessment supporting the Naval Sea Systems Command (NAVSEA) Metrology and Calibration (METCAL) Program. The department sets measurement science and calibration standards to ensure proper weapons operation, interoperability, and peak readiness for the fleet. They require Test and Measurement Diagnostic Equipment (TMDE) to support the NAVSEA Calibration Standards (CALSTD) Program for Navy Calibration Laboratories. Work Details The contract involves procuring up to 32 Fiber Optic Measurement Systems via a five-year Indefinite Delivery, Indefinite Quantity (IDIQ). These systems will replace discontinued products with no available parts for repairs. The Fiber Optic Measurement Systems are essential for calibrating Optical Loss Test Sets and Optical Time Domain Reflectometers across Navy Calibration Laboratories. Key requirements include: 1. Operator/service manuals in print or electronic format. 2. Standard commercial warranty from the date of acceptance. 3. Accredited calibration certificate for all calibrated components. 4. A Repairable Parts list for each standard installed. 5. Software/Firmware Version Description with each system delivered. 6. Software/Firmware Change Requests must be provided prior to any changes. Period of Performance The IDIQ consists of a five-year ordering period beginning on the date of contract award. Place of Performance Delivery locations include various Navy Calibration Laboratories across the United States.

2: Posted: Oct. 7, 2025, 12:54 p.m. EDT Posting was updated on October 7, 2025 to add Q&A document. *** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-03, January 17, 2025. The provision at 52.212-3 and the clauses at 52.212-4, 52.212-5 apply to this acquisition; no addenda are attached. This is an all-or-none requirement and partial proposals will be deemed unresponsive and will not be evaluated. The Government will award on a single purchase order to the responsible Offeror whose offer conforms to the requirements as stated in the Solicitation and is most advantageous to the Government based on the criteria listed in section L and section M of the Solicitation. All responsible sources may submit a proposal which, if timely received, will be considered by the Agency. Proposals are due no later than the response date in the posting. Responses/offers shall be submitted electronically, PDF or MS Word Format to the email address in the posting. Any amendment(s) issued to this Request for Proposal (RFP) will be published on this website. Therefore, it is the Offerors responsibility to visit this website frequently for updates on this procurement. No telephone requests.
3: Posted: Oct. 16, 2025, 7:16 p.m. EDT Posting was updated on October 16, 2025 to add Q&A document. *** Posting was updated on October 7, 2025 to add Q&A document. *** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-03, January 17, 2025. The provision at 52.212-3 and the clauses at 52.212-4, 52.212-5 apply to this acquisition; no addenda are attached. This is an all-or-none requirement and partial proposals will be deemed unresponsive and will not be evaluated. The Government will award on a single purchase order to the responsible Offeror whose offer conforms to the requirements as stated in the Solicitation and is most advantageous to the Government based on the criteria listed in section L and section M of the Solicitation. All responsible sources may submit a proposal which, if timely received, will be considered by the Agency. Proposals are due no later than the response date in the posting. Responses/offers shall be submitted electronically, PDF or MS Word Format to the email address in the posting. Any amendment(s) issued to this Request for Proposal (RFP) will be published on this website. Therefore, it is the Offerors responsibility to visit this website frequently for updates on this procurement. No telephone requests.
4: Posted: Oct. 22, 2025, 12:54 p.m. EDT Posting was updated on October 16, 2025 to add Q&A document. *** Posting was updated on October 7, 2025 to add Q&A document. *** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-03, January 17, 2025. The provision at 52.212-3 and the clauses at 52.212-4, 52.212-5 apply to this acquisition; no addenda are attached. This is an all-or-none requirement and partial proposals will be deemed unresponsive and will not be evaluated. The Government will award on a single purchase order to the responsible Offeror whose offer conforms to the requirements as stated in the Solicitation and is most advantageous to the Government based on the criteria listed in section L and section M of the Solicitation. All responsible sources may submit a proposal which, if timely received, will be considered by the Agency. Proposals are due no later than the response date in the posting. Responses/offers shall be submitted electronically, PDF or MS Word Format to the email address in the posting. Any amendment(s) issued to this Request for Proposal (RFP) will be published on this website. Therefore, it is the Offerors responsibility to visit this website frequently for updates on this procurement. No telephone requests.
5: Posted: Oct. 22, 2025, 7:35 p.m. EDT Posting was updated on October 22, 2025 to add Amendment 0001, see updated personnel listed in Section G for submission. *** Posting was updated on October 16, 2025 to add Q&A document. *** Posting was updated on October 7, 2025 to add Q&A document. *** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-03, January 17, 2025. The provision at 52.212-3 and the clauses at 52.212-4, 52.212-5 apply to this acquisition; no addenda are attached. This is an all-or-none requirement and partial proposals will be deemed unresponsive and will not be evaluated. The Government will award on a single purchase order to the responsible Offeror whose offer conforms to the requirements as stated in the Solicitation and is most advantageous to the Government based on the criteria listed in section L and section M of the Solicitation. All responsible sources may submit a proposal which, if timely received, will be considered by the Agency. Proposals are due no later than the response date in the posting. Responses/offers shall be submitted electronically, PDF or MS Word Format to the email address in the posting. Any amendment(s) issued to this Request for Proposal (RFP) will be published on this website. Therefore, it is the Offerors responsibility to visit this website frequently for updates on this procurement. No telephone requests.
6: Posted: Oct. 27, 2025, 4:19 p.m. EDT Posting was updated on October 27, 2025 to add Q&A document. *** Posting was updated on October 22, 2025 to add Amendment 0001, see updated personnel listed in Section G for submission. *** Posting was updated on October 16, 2025 to add Q&A document. *** Posting was updated on October 7, 2025 to add Q&A document. *** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-03, January 17, 2025. The provision at 52.212-3 and the clauses at 52.212-4, 52.212-5 apply to this acquisition; no addenda are attached. This is an all-or-none requirement and partial proposals will be deemed unresponsive and will not be evaluated. The Government will award on a single purchase order to the responsible Offeror whose offer conforms to the requirements as stated in the Solicitation and is most advantageous to the Government based on the criteria listed in section L and section M of the Solicitation. All responsible sources may submit a proposal which, if timely received, will be considered by the Agency. Proposals are due no later than the response date in the posting. Responses/offers shall be submitted electronically, PDF or MS Word Format to the email address in the posting. Any amendment(s) issued to this Request for Proposal (RFP) will be published on this website. Therefore, it is the Offerors responsibility to visit this website frequently for updates on this procurement. No telephone requests.
7: Posted: Nov. 5, 2025, 5:11 p.m. EST Posting was updated on November 5, 2025 to add Amendment 0002, Conformed Synopsis-Solicitation, and Q&A document. *** Posting was updated on October 27, 2025 to add Q&A document. *** Posting was updated on October 22, 2025 to add Amendment 0001, see updated personnel listed in Section G for submission. *** Posting was updated on October 16, 2025 to add Q&A document. *** Posting was updated on October 7, 2025 to add Q&A document. *** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-03, January 17, 2025. The provision at 52.212-3 and the clauses at 52.212-4, 52.212-5 apply to this acquisition; no addenda are attached. This is an all-or-none requirement and partial proposals will be deemed unresponsive and will not be evaluated. The Government will award on a single purchase order to the responsible Offeror whose offer conforms to the requirements as stated in the Solicitation and is most advantageous to the Government based on the criteria listed in section L and section M of the Solicitation. All responsible sources may submit a proposal which, if timely received, will be considered by the Agency. Proposals are due no later than the response date in the posting. Responses/offers shall be submitted electronically, PDF or MS Word Format to the email address in the posting. Any amendment(s) issued to this Request for Proposal (RFP) will be published on this website. Therefore, it is the Offerors responsibility to visit this website frequently for updates on this procurement. No telephone requests.
Current: Posted: March 9, 2026, 4:21 p.m. EDT The subject solicitation has been CANCELED due to changes in the Government's requirement. The Government does not have any further information to release at this time, but please continue to monitor Contracting Opportunities on SAM.gov for a new solicitation. *** Posting was updated on November 5, 2025 to add Amendment 0002, Conformed Synopsis-Solicitation, and Q&A document. *** Posting was updated on October 27, 2025 to add Q&A document. *** Posting was updated on October 22, 2025 to add Amendment 0001, see updated personnel listed in Section G for submission. *** Posting was updated on October 16, 2025 to add Q&A document. *** Posting was updated on October 7, 2025 to add Q&A document. *** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-03, January 17, 2025. The provision at 52.212-3 and the clauses at 52.212-4, 52.212-5 apply to this acquisition; no addenda are attached. This is an all-or-none requirement and partial proposals will be deemed unresponsive and will not be evaluated. The Government will award on a single purchase order to the responsible Offeror whose offer conforms to the requirements as stated in the Solicitation and is most advantageous to the Government based on the criteria listed in section L and section M of the Solicitation. All responsible sources may submit a proposal which, if timely received, will be considered by the Agency. Proposals are due no later than the response date in the posting. Responses/offers shall be submitted electronically, PDF or MS Word Format to the email address in the posting. Any amendment(s) issued to this Request for Proposal (RFP) will be published on this website. Therefore, it is the Offerors responsibility to visit this website frequently for updates on this procurement. No telephone requests.
Contacts
Contact nameMia Barela
Contact emailmaria.p.barela3.civ@us.navy.mil
Contact phoneNone
Secondary contact nameAntonia Roman-Varela
Secondary contact emailantonia.roman.civ@us.navy.mil
Secondary contact phone(951) 393-5873
Same Region Opportunities