Calibration of Lab Equipment
ID: W519TC24Q2336Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Testing Laboratories and Services (541380)

PSC

INSPECTION- SPECIAL INDUSTRY MACHINERY (H336)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the Calibration of Lab Equipment under solicitation W519TC-24-Q-2336. This procurement aims to secure calibration services for various laboratory instruments, including a CNC Coordinate Measuring Machine, Optical Comparator, and Rockwell Hardness Tester, which are critical for ensuring compliance with U.S. Army regulations and maintaining operational precision. The contract will span a base year from October 2024 to October 2025, with options for four additional years, and is exclusively set aside for small businesses that hold ISO/IEC 17025:2017 accreditation. Interested contractors must submit their proposals by September 9, 2024, at 10:00 AM CST, and can direct inquiries to Heather Johns at heather.b.johns.civ@army.mil or Bethany Carbajal at bethany.n.carbajal.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) identified by Solicitation ID W519TC-24-Q-2336, which details specific items sought by the government across four operational years (OY 1 to OY 4). The items requested include a Coordinate Measuring Machine (CMM), Optical Comparator, Vision System, Hardness Tester, and Travel Lodging, with each categorized as separate Contract Line Item Numbers (CLINs). For each CLIN, only general specifications are provided without pricing details or projected lead times, indicating that vendor responses are expected to include these components. The repetitive structure emphasizes procurement for multiple years, indicating ongoing needs for precision measurement and testing equipment. This solicitation reflects standard government practices in acquiring essential technology for operational efficiency, highlighting the methodical approach to funding and resource allocation across fiscal periods. The absence of specific figures suggests a preliminary stage in the procurement process, where interested vendors will submit proposals to meet the outlined requirements.
    The U.S. Army Pine Bluff Arsenal (PBA) is seeking an ISO/IEC 17025:2017 accredited calibration company to service unique laboratory equipment operated by its Material Management Quality (MMQ) division. This division ensures compliance with U.S. Army Regulation 750-43 by calibrating instruments integral to measuring and testing government materials. The contractor must calibrate specified equipment annually, including a CNC Coordinate Measuring Machine, Vision Instrument, Optical Comparator, and Rockwell Hardness Tester, providing official certificates of calibration that detail measurement uncertainties and necessary requirements set by the American Association for Laboratory Accreditation. Key deliverables include calibration certificates with conditions of the equipment, calibration procedures, and traceability of standards. The contract extends from October 2024 to October 2029, with stringent safety and operational regulations that the contractor must adhere to, especially concerning the Occupational Safety and Health Administration standards. The PBA emphasizes a commitment to safety, including proper reporting procedures for hazards and compliance with environmental regulations. Overall, this RFP underscores the Army's focus on maintaining high precision and safety standards in laboratory operations.
    The document is a Wage Determination Register under the Service Contract Act, issued by the U.S. Department of Labor. It outlines minimum wage rates and fringe benefits mandated for federal contract workers, particularly for contracts effective or renewed after specified dates. As of 2024, contractors must pay a minimum of $17.20 per hour under Executive Order 14026, or $12.90 if the contract falls under Executive Order 13658. The document details specific wage rates for various job classifications in Arkansas, ranging from administrative roles to skilled trades, emphasizing the need for compliance with wage standards and employee protections. Additionally, it mentions benefits such as health & welfare, paid sick leave, and paid vacations, and clarifies processes for classifying unlisted job roles. The overarching purpose is to ensure that contractors adhere to fair labor practices and provide adequate compensation and benefits to their employees under government contracts.
    This government document outlines an amendment to a solicitation and modification of a contract, specifically Amendment 0001 to solicitation W519TC24Q2336. The primary purpose of this amendment is to address a question regarding the certification requirements for subcontractors in relation to small business status. It confirms that both the contractor and any subcontractors must meet these requirements, as the project is designated as a total small business set-aside. The document emphasizes that all other terms and conditions of the solicitation remain unchanged. It outlines the process for contractors to acknowledge receipt of the amendment, which is critical to maintain the validity of their offers. The amendment extends the deadline for submissions but does not alter any essential contract terms. This document serves to clarify conditions under the federal procurement framework, ensuring adherence to small business regulations while maintaining necessary conditions for competitive bidding. The amendment is issued by the Army Contracting Command and is critical for ensuring compliance and clarity in the upcoming contract process.
    This document is an amendment to a federal solicitation, specifically changing the solicitation deadline. The amendment labeled as P0002 is issued by the Army Contracting Command - Rock Island, extending the bid submission deadline to July 17, 2024, at 10:00 AM CST. The amendment confirms that all other terms and conditions of the original solicitation remain valid and unchanged. It specifically notes that offers must acknowledge receipt of the amendment by July 17 to avoid rejection. The document outlines the procedural requirements for acknowledgment of the amendments, specifying acceptable methods for doing so. This extension is pivotal for potential contractors seeking participation in the solicitation, emphasizing the government's ongoing commitment to providing adequate time for response to RFPs. The clarity of this amendment is integral for ensuring compliance and fostering transparency in the bidding process.
    The document details an amendment to a government solicitation, specifically Amendment P0003 associated with solicitation W519TC24Q2336, issued by the Army Contracting Command - Rock Island. The main purpose of this amendment is to extend the submission deadline for offers to July 29, 2024, at 10:00 AM CST. Additionally, it clarifies that all other terms and conditions of the solicitation remain unchanged and in full effect. Contractors are required to acknowledge the receipt of this amendment either by returning copies or noting the acknowledgment on their offer submissions. The document includes procedural details regarding the modification process and reiterates the importance of timely acknowledgment to prevent the rejection of offers. Overall, this amendment serves to provide an opportunity for potential contractors to submit their proposals while maintaining the integrity of the existing solicitation terms.
    The document is an Amendment (0004) to a federal government solicitation (W519TC24Q2336) issued by the Army Contracting Command - Rock Island. Its primary purpose is to extend the submission deadline for proposals to August 29, 2024, at 10:00 AM CST. The document indicates that all previously established terms and conditions remain unchanged. Additionally, it references a prior amendment (0003), which had extended the deadline to July 29, 2024. The amendment process involves acknowledging receipt by the contractors to ensure their offers are not rejected due to lack of acknowledgment. The amendment is part of standard government procedures to modify solicitations for various reasons, ensuring that all interested parties have adequate time to submit their proposals while maintaining compliance with relevant federal regulations. Overall, this document emphasizes the government's commitment to transparency and due process in the solicitation process, crucial for public sector contracting in adherence to federal guidelines.
    The document outlines Amendment P0005 related to solicitation W519TC24Q2336, issued by the Army Contracting Command in Rock Island, Illinois. The primary purpose of this amendment is to extend the deadline for the submission of offers to September 9, 2024, at 10:00 AM CST. All other terms and conditions of the solicitation remain unchanged and in effect, preserving the integrity of previous amendments, including Amendment P0004, which had set the prior deadline to August 29, 2024. Contractors are instructed to acknowledge receipt of this amendment through specified methods to ensure compliance. It emphasizes the importance of timely acknowledgment to prevent the rejection of submitted offers, reflecting standard procedures in government contracting. The document serves to officially modify the initial solicitation in accordance with federal contracting regulations, ensuring transparency and fairness in the procurement process.
    The Army Contracting Command – Rock Island has released Solicitation W519TC-24-Q-2336 for the procurement of Calibration Services for Testing Equipment, adhering to FAR guidelines. The solicitation aims to establish a Firm-Fixed Price Contract lasting one year, with the potential for four additional one-year option periods. This requirement is a 100% Small Business Set-Aside, and the participating firms must hold ISO/IEC 17025:2017 accreditation. Interested contractors must submit their quotes by July 1, 2024, at 10:00 AM CST, and ensure adherence to all terms and conditions outlined in the solicitation. Contractors are liable for quote accuracy and must be registered with SAM, including providing a CAGE code and UEI number. The period of performance is set for the base year from October 29, 2024, to October 28, 2025, with subsequent option years extending into 2029. Work will be carried out at Pine Bluff Arsenal, AR. The government reserves the right to hold discussions and will evaluate bids based on compliance and cost-effectiveness. Each contractor is also required to conduct employee training on the local iWatch program concerning security awareness. Overall, the solicitation underscores the government’s commitment to engaging small businesses for critical calibration services while ensuring quality and compliance with national standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Optical Comparator Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals from qualified small businesses for the procurement of Optical Comparator Systems, with a total of 27 units required under an indefinite-delivery, indefinite-quantity contract. The primary objective is to replace outdated calibration equipment essential for various test and measurement devices, ensuring operational readiness and compliance with military calibration protocols. The contract includes provisions for operator manuals, calibration certifications, and training services both within the continental U.S. and overseas, emphasizing the importance of effective system utilization. Proposals must be submitted by September 20, 2024, at 11:00 AM PDT, to Wendell Mendoza at wendell.l.mendoza.civ@us.navy.mil, with evaluations based on technical merit, past performance, and price.
    Calibration/Maintenance of TMET GC/MS Systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Aberdeen Proving Ground, is seeking a contractor to provide a full coverage service agreement for the maintenance and calibration of two Gas Chromatograph/Mass Spectrometer (GC/MS) systems located at the DEVCOM Soldier Center in Natick, Massachusetts. The primary objective of this procurement is to ensure optimal performance and minimize downtime of the GC/MS systems, which are critical for accurate textile testing conducted by the Textile Materials Evaluation Branch. The contract will include annual preventative maintenance visits, software and hardware support from factory-trained engineers, and the provision of calibration certificates and service reports, with a performance period of one base year and three optional years. Interested contractors must submit proposals by 12:00 p.m. EST on September 23, 2024, and can direct inquiries to Chris Welsh at richard.c.welsh2.civ@army.mil or Timothy Konetzny at timothy.m.konetzny.civ@army.mil.
    W519TC-24-Q-2180 DRS MWMSS IDIQ Drilling Machine & Ram Kit Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the procurement of Drilling Machines and Ram Kits under Solicitation W519TC-24-Q-2180. This procurement aims to support the Metal Working and Machine Shop Set program at the Rock Island Arsenal, with a focus on acquiring commercial items through a Firm Fixed Price, 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Proposals are due by October 4, 2024, and must include a Certificate of Conformance upon delivery, with evaluation criteria emphasizing the lowest total evaluated price. Interested contractors should direct inquiries to Sophia Muckenfuss or Corbin De La Cruz via the provided email addresses for further details.
    2000ft-lbs. Force and Torque Calibrators
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for the procurement of 2000ft-lbs. Force and Torque Calibrators under a total small business set-aside contract. The objective is to acquire a minimum of three and a maximum of one hundred units over a three-year period to enhance the Navy's calibration capabilities for various torque equipment, addressing the need for reliable and accurate calibration due to aging equipment. Proposals will be evaluated based on technical merit, past performance, and price, with submissions due by September 17, 2024, at 12 PM PDT. Interested parties can contact Bryanna Alvarez at bryanna.a.alvarez.civ@us.navy.mil for further information.
    Calibrate and Repair Serial Number 1040C
    Active
    Dept Of Defense
    The U.S. Navy seeks quotes for repairing and calibrating specific serial number panel meter calibrators, issued through Solicitation N00421-24-Q-0371. These calibrators, manufactured by Arbiter Systems Inc., are vital for ensuring accurate measurements in electrical and electronic testing, and the Navy requires prompt quotations for a quick turnaround. The total contract value is approximately $10,000, with responses due by 1:00 pm EST on August 13, 2024, to the procurement group at Patuxent River.
    Vacuum Sensor Calibrators
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of Vacuum Sensor Calibrators under a Combined Synopsis/Solicitation notice. The contract will cover a minimum of one and up to eight units, with a duration of two years, aimed at enhancing the calibration capabilities necessary for operational standards in vacuum measurement. This acquisition is critical for ensuring compliance with Department of Defense standards and includes provisions for associated training services and technical documentation. Proposals must be submitted by October 3, 2024, at 12 PM PDT, to Brian Staub at brian.a.staub2.civ@us.navy.mil, with evaluations based on technical merit, past performance, and price.
    Scale Calibration Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Scale Calibration Services at Dover Air Force Base, Delaware. The contract, valued at $34 million, requires the selected contractor to provide preventive and remedial maintenance for a total of 46 scales, ensuring compliance with calibration standards and safety regulations. This service is critical for maintaining the accuracy of weighing equipment essential to the operations of the 436th Aerial Port Squadron. Interested small businesses must submit their quotes by September 17, 2024, with questions due by September 6, 2024; inquiries can be directed to Sydney Hocker at sydney.hocker.1@us.af.mil or Justin Bordalo at justin.bordalo@us.af.mil.
    Calibration of Multiple Attenuator Sets
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Redstone Arsenal, is seeking accredited calibration and repair services for fifteen specialized test unit items, including various attenuator sets and resistors. This procurement action is a follow-on requirement based on previous calibration conducted by APSL, which identified the necessity for specific brand calibration due to unique mission requirements and increased costs from NIST. The contract may include both cost reimbursable and fixed-price elements, with the equipment being shipped overseas for servicing, and competition is limited to the required brand as confirmed by market research. Interested parties can contact Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Portia Sampson at portia.r.sampson.civ@army.mil for further details.
    TEMPO SYSTEM PER STATEMENT OF WORK FOR WATERVLIET ARSENAL
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is seeking proposals for the procurement of a Hexagon TEMPO system, which includes a Collaborative Robot (Cobot) and associated components as outlined in the Statement of Work. This acquisition is critical for enhancing manufacturing capabilities and will be conducted as a sole source procurement with Hexagon Metrology, Inc., emphasizing the importance of timely delivery and compliance with stringent quality and security requirements. Interested vendors must ensure their System for Award Management (SAM) registration is active and submit proposals by the deadline of September 20, 2024, with all inquiries directed to Giuseppe Tropiano via email at giuseppe.tropiano.civ@army.mil.
    INDUSTRIAC S9X3000 & 450 kV CR NDT and INDUSTRIAC 3MPX002400 PM & Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is planning to issue a service contract for maintenance and repair services related to the INDUSTRIAC S9X3000 & 450 kV CR NDT equipment located at Letterkenny Army Depot in Chambersburg, Pennsylvania, and the INDUSTRIAC 3MVX002400 X-Ray Machine at Crane Army Ammunition Activity in Indiana. The contract aims to ensure the operational readiness of these critical pieces of equipment through preventative maintenance, timely repairs, and staff training, which are essential for supporting military operations and adhering to safety standards. This procurement is a 100% Small Business Set-aside, with a solicitation number W911N2-24-R-0028 expected to be released around August 21, 2024, and proposals due by September 3, 2024. Interested parties should contact Kevin Duffy at kevin.a.duffy4.civ@army.mil for further inquiries and must be registered in the System for Award Management (SAM) to submit proposals.