Surface Plate Calibration System
ID: FA226325Q0007Type: Combined Synopsis/Solicitation
AwardedAug 22, 2025
$2.6M$2,627,145
AwardeeHAMAR LASER INSTRUMENTS, INC. Danbury CT 06810 USA
Award #:FA226325D0005
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2263 AFLCMC ROMK AFMETCALHEATH, OH, 43056-6116, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)
Timeline
    Description

    The Department of Defense, specifically the Air Force, is seeking proposals for a Surface Plate Calibration System under solicitation number FA226325Q0007. The procurement aims to acquire both proposal evaluation units and production units, with an estimated total of 84 units to be delivered over a five-year period, emphasizing the need for new, commercially available items that meet specific technical requirements. This calibration system is crucial for ensuring the accuracy of measurements in various defense applications, adhering to established standards for operational effectiveness. Interested offerors must submit their proposals electronically by May 29, 2025, and can direct inquiries to Christine Patterson at christine.patterson.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Purchase Description for a Surface Plate Calibration System (SPCS) intended to measure the flatness of surface plates according to ASME B89.3.7 Grade AA specifications. The SPCS can be either an Electronic Leveling System (ELS) or a Geometry Laser Surface Plate System (GLSPS). Key features include requirements for calibration capabilities, communication protocols (wired and wireless adhering to cyber security standards), and specifications for user interface and ancillary equipment. The system must operate effectively within defined environmental conditions and include a durable storage case. Safety, operational health, and warranty provisions also form part of the requirements. A comprehensive operator's manual and service guidelines must accompany the SPCS, ensuring users are informed of operational procedures and safety protocols. The document serves as a detailed guideline for potential suppliers responding to an RFP, ensuring compliance with government standards and operational needs.
    The document outlines a government file pertaining to federal and state/local Requests for Proposals (RFPs) and grants. It serves as a guide for entities applying for funding or contract opportunities, emphasizing the structured process necessary for successful submission. Key aspects include eligibility criteria, proposal requirements, evaluation processes, and compliance regulations. It details the alignment of proposed projects with federal and state objectives, encouraging innovative approaches to address community needs. Additionally, the document highlights the importance of clear communication, accuracy in proposals, and adherence to deadlines to enhance the likelihood of securing funding. Furthermore, it underscores the government’s commitment to transparency and fair competition among applicants. This file is essential for potential contractors or organizations seeking to navigate the complexities of grants and RFPs while fostering meaningful contributions to public service initiatives.
    The document outlines the anticipated delivery locations for the Surface Plate Calibration System under Request for Proposal FA226325Q0007. It serves to assist potential offerors in estimating the cost of shipping to the various sites, designated as FOB Destination. The list includes numerous Air Force Bases (AFBs) and National Guard Bases across the United States, such as Andrews AFB in Maryland, Eglin AFB in Florida, and Wright-Patterson AFB in Ohio. The attachment notes that the list is subject to change and may not reflect all addresses that will be finalized with each delivery order post-award. The essential purpose of the document is to aid bidders in accurately calculating transportation costs related to their proposals, thereby enhancing their competitive edge.
    The document serves as an addendum to Solicitation Number FA226325Q0007, detailing instructions for offerors submitting proposals for commercial items. Proposals must adhere closely to set guidance, demonstrating compliance with the Purchase Description while providing clear, concise, and detailed information that substantiates claims made. Offerors are reminded that only new, commercially available items are acceptable, with all submissions needing to be received by the specified deadline of May 29, 2025. The government aims for competitive pricing but may request additional data if sufficient competition is not evident. Proposals will be evaluated over a 90-day period, during which units submitted may require transportation for field testing. The document outlines submission protocols via DoD SAFE, clarifies formats, and requires complete pricing and contract information. Exceptions to solicitation requirements must be justified, and any revisions to proposals must be distinctly marked. Overall, this addendum guides potential offerors through compliance and procedural requirements, essential for effective evaluation and contract award processes.
    The document outlines the solicitation number FA226325Q0007 for a firm fixed-price contract through Simplified Acquisition Procedures. The U.S. Government, specifically the Air Force, seeks proposals that conform to specified requirements and best demonstrate value, with an emphasis on technical performance over pricing. A single contract is anticipated for the AFMETCAL Program, and the evaluation process will include factors such as technical compliance and price completeness. Proposals must meet essential solicitation requirements; if any proposal is deemed grossly deficient, it may be excluded from consideration. The Government will assess technical capabilities in two subfactors: compliance with Purchase Description requirements and any additional value offered. Price evaluations will consider aspects like completeness and reasonableness. Offerors are encouraged to submit their best proposals initially, as discussions may not occur post-submission. Overall, the document emphasizes the need for compliance and high-quality proposals to secure contract awards, reflecting competitive government procurement practices.
    The document outlines a Request for Proposal (RFP) for a Surface Plate Calibration System, referencing solicitation number FA226325Q0007. It details the requirements for various components, including a Proposal Evaluation Unit and multiple production units, with specified quantities and timelines across fiscal years 2025 to 2029. The project has a five-year Indefinite Delivery Indefinite Quantity (IDIQ) framework, estimating a total of 84 units to be purchased over this period, with a minimum order requirement of five units. The RFP emphasizes firm-fixed pricing for contract line items and establishes that evaluation of the proposals will not obligate the government to place delivery orders. A Total Evaluated Price (TEP) worksheet is included for bidders to complete, which plays a crucial role in the evaluation process as dictated by FAR 52.212-2. This documentation serves as a critical tool for ensuring compliance and transparency in procurement while facilitating government purchasing needs effectively.
    The Women-Owned Small Business (WOSB) solicitation document outlines an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Surface Plate Calibration Systems. The solicitation number FA226325Q0007 aims to procure both proposal evaluation and production units over a five-year period, with a minimum order of five units and a maximum estimated quantity of 84. The proposal evaluation unit must be delivered by the proposal due date, with subsequent production units required to be shipped bi-monthly after contract award. The document details pricing arrangements, delivery schedules, inspection protocols, and acceptance criteria while emphasizing the necessity for compliance with the Federal Acquisition Regulation (FAR). Payment will be facilitated through the Wide Area Workflow system upon successful acceptance testing. Notably, the contract is designed to support economically disadvantaged women-owned businesses and includes various clauses addressing labor standards, subcontracting plans, and compliance with government policies. This solicitation demonstrates the government's commitment to fostering diversity in federal contracting while ensuring the procurement of specialized calibration systems essential for operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Ideal Aerosmith Rate Table Calibration
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the Ideal Aerosmith Rate Table Calibration services at Robins Air Force Base in Georgia. This procurement involves providing on-site calibration services for specific Ideal Aerosmith models, including all necessary tools, parts, materials, equipment, labor, and transportation, under a Firm Fixed Price (FFP) contract structure. The contract will span a 12-month base period with four one-year options, emphasizing compliance with various safety, security, and environmental regulations. Quotes are due by December 22, 2025, with an anticipated award date of January 9, 2025. Interested parties can contact Joshua Belzince at joshua.belzince@us.af.mil or Joshua Sharpe at joshua.sharpe.6@us.af.mil for further information.
    Vehicle Scale Calibration Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide Vehicle Scale Calibration Services at Beale Air Force Base, California. The procurement involves annual calibration, inspection, testing, and maintenance of six government-owned scales used for verifying vehicle and cargo weights, ensuring compliance with Department of Transportation and MIL-AIR weight limitations. This contract is crucial for maintaining operational efficiency and safety standards, with a total small business set-aside and a potential contract value not exceeding $5,000 per year for "Over and Above" repairs. Interested parties must submit their quotes by January 6, 2026, and are encouraged to attend a site visit on December 22, 2025, with prior access arrangements required by December 17, 2025. For further inquiries, contact Lamar Mullins at lamar.mullins@us.af.mil or Katherine Moe at katherine.moe@us.af.mil.
    Triple Point of Water Maintenance System
    Dept Of Defense
    The Department of Defense, specifically the Air Force Metrology Calibration Program (AFMETCAL), is conducting market research to identify potential sources for a new Triple Point of Water (TPW) Maintenance System. This system is crucial for the calibration of standard platinum resistance thermometers and other precision temperature measuring devices, ensuring the integrity of thermometry standards at the Air Force Primary Standards Laboratory. Interested vendors are invited to submit capability statements detailing their qualifications, relevant experience, and pricing, with responses due by January 16, 2026, at 2:00 PM ET. For further inquiries, vendors can contact Megan Moretti at megan.moretti@us.af.mil or Frank Capuano at frank.capuano@us.af.mil.
    Calibration and Repair Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard Aviation Logistics Center (ALC), is seeking qualified contractors to provide Tool Calibration and Repair Services for 26 U.S. Coast Guard Air Stations. The services required include testing, calibrating, repairing, and certifying various tools and equipment, with an annual volume of approximately 7,189 items across the stations, necessitating a turnaround time of ten business days for non-emergent calibrations. This procurement is critical for maintaining operational readiness and ensuring compliance with safety and performance standards for aviation equipment. Interested contractors must respond to the Sources Sought notice by January 30, 2026, at 5:00 P.M. Eastern Time, and can direct inquiries to Denise Bulone at denise.j.bulone@uscg.mil.
    Zeiss XTR Probe Head
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Zeiss XTR Probe Head and associated components for Tinker Air Force Base in Oklahoma. The procurement includes one Zeiss Vast XTR Gold Probe Head, ten Zeiss Vast XTR Adapter Plates, and five Zeiss Vast XTR Probe Change Sockets, along with comprehensive technical documentation and a one-year warranty for all items. These components are critical for the operation of the Zeiss Contura 9/12/8 Coordinate Measuring Machine (CMM), which is essential for precision measurement and quality assurance in defense manufacturing. Interested vendors should contact Brian Eakers at brian.eakers@us.af.mil or Kyle Newcomb at Kyle.newcomb@us.af.mil for further details, and note that this opportunity is set aside for small businesses under the SBA guidelines.
    Quickset Gimbal
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for a Quickset Gimbal system, which is essential for providing motion stability and high-precision pointing control for various remote sensing instruments valued at over $9 million. The procurement aims to enhance educational activities in Optical Engineering and Applied Physics at the Air Force Institute of Technology by ensuring the gimbal meets specific technical requirements, including a minimum payload capacity of 1200 lbs, active stabilization for disturbances of 0.25Hz, and an IP67 environmental rating. Interested vendors must submit their quotes electronically by December 19, 2025, at 1:00 PM EST, and are encouraged to direct any inquiries to Bryson Pennie or Linh Jameson before the question deadline on December 16, 2025. This opportunity is set aside for small businesses under NAICS code 334516, with a performance period of 16 weeks post-award.
    Large Roundness Machine
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for a "Large Roundness Machine" to be delivered to Tinker Air Force Base in Oklahoma. The procurement requires a high-accuracy Roundness and Geometry Measuring System (RGMS) that meets stringent specifications, including a robust construction, environmental compliance, and advanced metrology capabilities. This equipment is crucial for verifying the dimensional integrity of component parts and tooling, ensuring quality control in manufacturing processes. Interested vendors, particularly Women-Owned Small Businesses, must submit their proposals by January 16, 2026, following the issuance of the solicitation on December 16, 2025. For further inquiries, potential bidders can contact Janee Nesbit or Anthony Dollard via their respective emails.
    TRANSDUCER ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the manufacture of a Transducer Assembly, which is critical for measuring and controlling industrial process variables. This procurement requires compliance with specific quality assurance standards and includes detailed requirements for inspection, packaging, and marking, particularly emphasizing the prohibition of mercury contamination due to the assembly's intended use on submarines and surface ships. Interested vendors must submit their proposals by December 19, 2025, and are encouraged to contact Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL for further information regarding the solicitation.
    Spotting Instrument
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of 178 Spotting Instruments (NSN: 6650-01-549-5838, Part Number: 13016120) under a Firm Fixed Price contract, which is set aside exclusively for small businesses. The procurement includes an option for an additional 178 units and requires a First Article Test Report (FATR) within 270 days post-award, with delivery of the instruments expected within 420 days, or 150 days if the FATR is waived. This equipment is critical for military operations, emphasizing the importance of precision in optical instruments. Interested contractors must acknowledge receipt of amendments and submit their proposals by January 9, 2026, to the Contract Specialist, Richard Hall, at richard.g.hall64.civ@army.mil, ensuring compliance with export control regulations and access to the Technical Data Package (TDP) via SAM.gov.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.