Opportunity
SAM #M6700126Q0058
RFI: TMDE Calibration and Repair Services for MCAS Cherry Point
Buyer
Commanding General, MCIEAST-MCB CAMLEJ
Posted
May 12, 2026
Respond By
May 18, 2026
Identifier
M6700126Q0058
NAICS
811219, 811210, 541380
The Department of the Navy, through the Marine Corps Air Station (MCAS) Cherry Point and MCIEAST Cherry Point Satellite Contracting Office, is seeking information from qualified vendors for a five-year contract for Test, Measurement, and Diagnostic Equipment (TMDE) calibration and repair services. - Government Buyer: - Department of the Navy - Marine Corps Air Station Cherry Point, Air Traffic Control Maintenance Division - MCIEAST Cherry Point Satellite Contracting Office, under the Commanding General at MCB Camp Lejeune - OEMs and Vendors: - No specific OEMs or vendors are named in the opportunity - Products/Services Requested: - Calibration and repair services for TMDE (Test, Measurement, and Diagnostic Equipment) - Annual and periodic calibrations, on-site and off-site repairs, diagnostics, and replacement parts (not separately priced) - Equipment pickup and delivery at Building 199A, Room 140, MCAS Cherry Point - Calibration reports/certificates for each item serviced - Unique or Notable Requirements: - Calibration must comply with ANSI Z540-1-1994, MCO 4733.1, and OPNAVINST 3960.16 standards - Services to be performed Monday through Friday, 0800 to 1500 EST, excluding federal holidays - Contractor must be registered in SAM.gov under NAICS 541380 (Testing Laboratories and Services) - This is a Request for Information (RFI) only; no specific products, part numbers, or quantities are listed - Period of performance is anticipated to be 60 months (five years), requirements-type contract
Description
MCIEAST Cherry Point Satellite Contracting Office, seeks qualified vendors to provide non-personal services for Test, Measurement, and Diagnostic Equipment (TMDE) calibrations; to execute the department’s mission in accordance with the draft Performance Work Statement provided/attached. This is a Request for Information (RFI)/ Sources Sought ONLY. There is no solicitation available at this time. The RFI is issued for the sole purpose of conducting Market Research in accordance with Federal Acquisition Regulation (FAR) Part 10. This will be issued as a Firm-Fixed Price requirements contract. The intended contract shall be for a 60-month period. The submission of information is for planning purposes only and is not to be construed as a commitment by the Government to procure any items or services. The information will not be returned, and no compensation will be provided from any response to this announcement. Proprietary information and trade secrets, if any, must be clearly marked. All information received that is marked Proprietary will be handled accordingly. The appliable North American Industry Classification System (NAICS) code is 541380. Interested concerns, large and small, should indicate interest and capability to provide tasks identified above to the Contract Specialist (email below), in writing as early as possible, but no later than 12:00 PM (EST) on 18 May 2026. Potential vendors must have an active registration in the System for Award Management (SAM.gov) in order to be eligible for award, as well as have NAICS 541380 identified in their SAM profile. Interested firms are requested to respond to this notice and include the following in within their response: 1. Firm’s information to include name of representative, address, phone number, and CAGE Code.
2. Interest in nature of participation [e.g., prime contractor, teaming partner, primary subcontractor].
3. Business size [e.g., Small Business, HUB Zone, SDVOSB, WOSB, SDB, Large Business].
4. General Capability – Only a brief statement of qualifications (not to exceed five (5) pages double sided) is requested at this time. Interested contractors may provide the above information via e-mail to the electronic address listed below. All communications must be addressed to the Contract Specialist via e-mail ONLY. The Government reserves the right to set this acquisition side for Small Business, HUB Zone, Service-Disabled Veteran-Owned Small Business, Woman-Owned Small Business, or Small Disadvantaged Business firms based on the responses it receives. POC Contract Specialist: Aaron Avery, aaron.m.avery.civ@usmc.mil