Calibration of Equipment - East Coast
ID: W912HQ25S0041Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW4LD USA HECSAALEXANDRIA, VA, 22315-3860, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for calibration services of electrical test equipment for the Prime Power School located at Fort Belvoir, VA, and Fort Bragg, NC. This opportunity is a 100% small business set-aside and includes a base year contract with an option for an additional year, focusing on the calibration and repair of specialized equipment such as Megger and Fluke devices, adhering to strict ISO/IEC standards. Interested contractors must submit a CLIN-structured offer, including a detailed technical description and past performance information, by September 16, 2025, at 1:00 PM ET, with questions due by September 11, 2025. For further inquiries, potential bidders can contact Giorgiana Chen at Giorgiana.Chen@usace.army.mil or Jordan Baker at Jordan.D.Baker@usace.army.mil.

    Files
    Title
    Posted
    The 249th Engineer Battalion requires calibration and repair services for specialized electrical test equipment not supported by the US Army's internal system. This Performance Work Statement (PWS) outlines the scope of work, including calibrating specific Megger, Fluke, H.V.I., and other branded equipment, with repairs charged separately. The contractor must adhere to manufacturer's specifications and ISO/IEC 17025/ANSI/NCSLI Z540-1 standards, providing detailed calibration certificates. Services include onsite calibration, mobile pickup and delivery, or government drop-off/pickup at Fort Belvoir, VA, and Fort Bragg, NC. Equipment turnaround time is 14 calendar days, with weekly status reports required. Out-of-scope repairs need prior written approval. The contract is for one year with an option for an additional year. Contractors are responsible for all equipment and personnel, attending a post-award kick-off meeting, providing a contract manager, and reporting manpower. Security requirements include safeguarding government property and E-Verify screening for personnel.
    This pricing schedule outlines Firm Fixed Price (FFP) contract details for TMDE Equipment Calibration services at Ft Belvoir and Ft Bragg for the USACE Prime Power School. The contract includes provisions for calibration service charges per item (CLIN 0001, 1001), quotes for equipment repair evaluations (CLIN 0002, 1002), and the execution of repairs (CLIN 0003, 1003). For repair evaluations, the contractor invoices only for actual items evaluated, with a $250 credit applied to repair costs if the government proceeds with the repair. For actual repairs, the vendor executes them only upon government request, and the $300 quote estimate is credited to the repair cost. The schedule also includes an option year (Option Year 1) with identical CLINs and terms for continued services.
    This solicitation is a 100% Small Business Set-Aside Request for Quotation (RFQ) for calibration services of electrical test equipment for the Prime Power School (USAPPS) at Fort Belvoir, VA, and Fort Bragg, NC. The contract will include one base year and one option period. Award will be based on the lowest-priced offer that meets technical requirements and offers a fair and reasonable price. Offerors must submit a CLIN-structured offer, a detailed technical description, past performance information, a statement of agreement with terms, and be actively registered in SAM.gov. Offers are due by September 16, 2025, at 1:00 PM ET, with questions due by September 11, 2025, at 11:00 AM ET. The document also details various FAR and DFARS clauses, including those related to Government Property and prohibitions on certain telecommunications equipment.
    The document outlines the Performance Work Statement (PWS) for the US Army Corps of Engineers' (USACE) Program Control Office (PCO) operations and regulatory business process support. The main objective is to enhance program and project delivery through improved reporting, data management, and analytical tools. The PCO focuses on continuous improvement by utilizing advanced scheduling, fiscal management, and change management techniques to ensure project success. Key tasks include developing and maintaining the Revolutionize Performance Monitoring (RPM) dashboard, supporting Operations and Regulatory (Ops and Reg) functions, and providing data integration and reporting enhancements. The contractor is expected to offer project management oversight, responsive dashboard support, data integration, and report generation to meet the demands of USACE's various programs. The PWS includes guidelines for contractor performance, project management practices, communication protocols, security and safety requirements, training, and deliverables. This document serves as a solicitation for contractors to provide technical support, emphasizing systematic improvement in the Corps’ operations while adhering to compliance and federal standards in service delivery. The commitment to utilizing Machine Learning and Artificial Intelligence alongside robust reporting tools highlights the PCO's initiative toward modernizing program management within the USACE framework.
    The document outlines a sources sought notice regarding Request for Proposal (RFP) W912HQ25S0041 for PCO Operations and Regulatory Business Process Support. It presents a series of technical and pricing questions aimed at clarifying expectations related to the project's scope, data integration, and performance metrics. Key points include anticipated reporting volumes, access to datasets, and parameters for integrating AI/ML tools while adhering to cybersecurity requirements. It specifies that the Government will provide necessary software, documentation, and a centralized workspace for dashboard development. The project will leverage automated tools for schedule assessments, but contractors are expected to communicate primarily via virtual means. Additionally, the pricing structure suggests tasks will be firm-fixed-price, with specific rules for surges and travel. The emphasis on AI includes requirements for compliance with cybersecurity guidelines and possible use of external datasets, underscoring a focus on ethical and responsible AI use. Overall, the notice aims to align potential bidders with the Government's expectations for effective project execution, data management, and compliance with multiple policies while managing costs and timelines effectively.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Calibration and Repair Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), is seeking qualified contractors to provide calibration and repair support services for various Department of Defense locations, including the Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD). This procurement is part of a Seaport-NXG requirement, and only contractors with a Seaport-NXG multiple award contract are eligible to bid. The services are critical for ensuring the operational readiness and reliability of defense systems through precise calibration and maintenance. Interested contractors should contact Daniel Belcher at daniel.c.belcher3.civ@us.navy.mil or Alana Garrett at alana.n.garrett2.civ@us.navy.mil for further details.
    Equipment Calibration and Software/Hardware Service Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army's 646th Support Detachment, is seeking to establish a sole source contract for equipment calibration and software/hardware services. This procurement is aimed at maintaining and repairing vehicular equipment components, which are critical for operational readiness and efficiency. The justification for this sole source contract has been documented and is available for review in the attached file. Interested parties can reach out to Yun P. Hong at yun.p.hong.civ@army.mil or by phone at 05033635685 for further details regarding this opportunity.
    Electrical Parts
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for electrical parts under solicitation number W519TC26QA041. The procurement focuses on various electrical components, including load centers, GFCI breakers, and load center hubs, with a total small business set-aside aimed at Women-Owned Small Businesses (WOSB). These electrical parts are critical for maintaining and enhancing the functionality of military facilities, ensuring compliance with safety and operational standards. Proposals are due by December 9, 2025, at 10:00 AM, and interested parties can contact Lynn Baker at lynn.d.baker8.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further information.
    Hygrometer Calibration
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is soliciting quotes for the calibration of Panametrics OptiSonde chilled mirror hygrometers and associated sensors. This procurement is aimed at ensuring precise calibration services that meet stringent standards, with a focus on maintaining compliance with ISO/IEC 17025:2017 and other relevant accreditation requirements. The contract includes a base period from January to May 2026, followed by four one-year option periods extending through May 2030, with performance occurring at the contractor's facility. Interested vendors must submit their quotes by December 10, 2025, at 8:00 AM ET, and are required to be registered in SAM.gov, providing necessary certifications and a Government Property Management System Plan. For further inquiries, vendors can contact Madalyn Lavoie at madalyn.r.lavoie.civ@us.navy.mil.
    Agilent Preventive Maintenance and Service Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for preventive maintenance and service repair of Agilent instruments and laboratory equipment. The procurement aims to ensure the operational readiness and reliability of critical laboratory equipment through regular maintenance and timely repairs. This service is vital for maintaining the functionality of instruments used in various defense-related research and operational activities. Interested parties can reach out to Tia Askew at tia.j.askew.civ@army.mil or by phone at 706-791-1821, or Sherrilyn Rice at sherrilyn.u.rice.civ@army.mil or 706-791-1831 for further details regarding the opportunity.
    Medical Physics Testing
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking proposals for Medical Physics Testing services under a combined synopsis/solicitation format. This procurement is specifically set aside for small businesses, with a focus on commercial items categorized under NAICS code 541990, which encompasses all other professional, scientific, and technical services. The selected contractor will play a crucial role in ensuring the quality and safety of medical, dental, and veterinary equipment and supplies, which is vital for maintaining health standards within military facilities. Proposals are due by 2:00 PM Eastern Daylight Time on December 18, 2025, and must be submitted via email to the designated contacts, Justin Balster and Jason Holck, who will confirm receipt of all submissions.
    66--MULTIMETER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 86 units of a MULTIMETER, identified by NSN 6625015098205. This solicitation is a Total Small Business Set-Aside, aimed at acquiring essential instruments and laboratory equipment that support air transportation activities. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received by the specified deadline of 11 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    BPA Hydraulic Lifting Equipment
    Buyer not available
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM), is seeking information from vendors regarding the maintenance and certification of hydraulic lifting equipment at Building 66, located in Natick, MA. The procurement aims to secure inspections, certifications, repair services, and preventive maintenance for various hydraulic equipment, including forklifts, hoists, and lifting devices. This initiative is crucial for ensuring the operational readiness and safety of equipment used by the Army. Interested vendors must submit their responses, including company details and capabilities, by 1:00 PM EST on January 8, 2026, to the primary contact, Michael Dion, at michael.a.dion11.civ@army.mil, with a copy to Brandon Rivett at brandon.j.rivett.civ@army.mil.
    Request for Information (RFI) - Agilent Services
    Buyer not available
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is seeking responses to a Request for Information (RFI) regarding maintenance and repair services for Agilent equipment utilized by the Global Field Medical Laboratories (GFML). The procurement aims to secure comprehensive service contracts for three Agilent Microplate Washers and three Gas Chromatographs/Mass Spectrometers over a five-year period, focusing on preventative maintenance, timely repairs, and compliance with safety regulations to ensure optimal equipment functionality. This initiative is critical for the GFML's mission to conduct rapid-response evaluations of CBRNE threats, underscoring the importance of reliable laboratory equipment in challenging environments. Interested vendors are encouraged to submit their responses electronically by the specified deadline, with all communications directed to the designated contacts, Trisha Scott and Patrick Wallace, via their provided email addresses.
    Coordinate Measuring Machines
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the replacement of two Advanced Industrial Measurement Systems (AIMS) Metrology Coordinate Measuring Machines located at the Anniston Army Depot. This procurement falls under the category of Electronic and Precision Equipment Repair and Maintenance, highlighting the importance of precision measurement in military operations and equipment maintenance. The opportunity is set aside for small businesses, and interested parties can reach out to Johnny Stewart at johnny.stewart2.civ@army.mil or call 571-588-0971 for further details. The solicitation is part of a total small business set-aside under FAR 19.5, emphasizing the commitment to supporting small business participation in federal contracting.