Scales Maintenance & Calibration for Fort Wainwright
ID: W912D0-25-Q-0210Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-AK WAINWRIGFORT WAINWRIGHT, AK, 99703-0510, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS (J052)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due Apr 19, 2025, 2:00 AM UTC
Description

The Department of Defense, specifically the 413th Contracting Support Brigade Regional Contracting Office in Alaska, is seeking qualified small businesses to provide maintenance and calibration services for scales at Fort Wainwright, Alaska. The procurement involves a Firm Fixed Price (FFP) contract for routine preventive maintenance, calibration, and repair services on various Mettler Toledo scales located in designated buildings, ensuring their accuracy and reliability for military operations. This contract is crucial for maintaining operational readiness and compliance with federal standards, with a base period of one year starting April 20, 2025, and four optional extension years. Interested vendors must submit their proposals electronically by April 18, 2025, and can contact Richard Smith at richard.f.smith3.civ@army.mil or Jeff Morgan at jeffrey.a.morgan69.civ@army.mil for further information.

Files
Title
Posted
The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract focused on the maintenance and calibration of scales at Fort Wainwright, Alaska. The contract includes annual inspection and calibration to ensure the scales’ accuracy and safety for military operations. The contractor is responsible for providing all labor, tools, and materials necessary for maintenance and must adhere to specified operational hours, excluding federal holidays. Contract performance spans a base period of 12 months, with four optional 12-month extensions. Key tasks involve yearly maintenance, routine inspection, and reporting the operational status of the scales, including required repairs. Safety and security protocols must be followed, aligning with federal, state, and local regulations. The contractor is expected to maintain effective communication with the Contracting Officer’s Representative (COR) and ensure quality control with a dedicated Quality Control Plan. All contractor employees must be U.S. citizens and adhere to specified conduct and training requirements. Compliance with deadlines for reports and billing via Wide Area Workflow (WAWF) is essential, ensuring prompt communication of emergencies and accidents. This contract exemplifies federal procurement efforts to ensure operational readiness and safety in military equipment management.
The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract aimed at inspecting and calibrating scales at Fort Wainwright, Alaska. The contractor is responsible for providing all necessary personnel, equipment, and supplies for the maintenance, repair, and calibration of government-owned scales to ensure their accuracy and reliability. The contract has a base year duration from April 2025 to April 2026, with four one-year optional extensions. The contractor must conduct routine inspections during weekdays and is exempt from working on federal holidays unless emergencies arise. The contractor will submit various reports, including calibration certificates and operational status updates, within set timelines to the U.S. Government. They are obligated to comply with safety regulations, ensure quality control, and maintain effective communication with government representatives. The PWS defines contractor responsibilities, qualifications, and expectations for safety and operational security. The contract is intended to maintain high operational standards for scales utilized in government operations at the installation, reinforcing the significance of accuracy in military and logistical functions. Compliance with established safety practices and government regulations is paramount throughout the contract’s execution.
The document is an amendment to a combined synopsis/solicitation for scales maintenance and calibration services at Fort Wainwright, Alaska. It corrects the previously stated Period of Performance dates and outlines the requirement for a Firm Fixed Price (FFP) service contract. The request is a 100% small business set-aside under NAICS code 811210 and cater to the inspection and calibration of Mettler Toledo scales across specific buildings on the Fort. Services include annual routine maintenance, calibration, and providing written certification. The contract will have a base year commencing on April 20, 2025, with four optional extension years. Offerors must submit various documents, including a pricing schedule, by April 18, 2025. Awards will be based on the lowest price quotation that meets technical requirements, with evaluations considering price, past performance, and technical criteria. Further, vendors must register with the System for Award Management (SAM) and comply with various FAR clauses. The solicitation highlights the government’s legal obligations and regulatory compliance needs related to the procurement process while encouraging competitive participation from small businesses.
The document is an amended combined synopsis/solicitation for scales maintenance and calibration services at Fort Wainwright, Alaska. It seeks quotes under the RFQ number W912D0-25-Q-0210, aiming for a Firm Fixed Price (FFP) service contract primarily for small businesses, complying with FAR 19.5. The work encompasses inspection and calibration of various Mettler Toledo scales across designated buildings, requiring contractors to provide all necessary materials and labor for annual certification. The contract is structured as a base year followed by four option years, beginning April 20, 2025, and pertains specifically to the performance of scales maintenance and calibration based on the attached Performance Work Statement (PWS). Vendors must submit an electronic quote that includes a completed pricing schedule and adhere to several evaluation criteria, including price, past performance, and technical capability. The evaluation will focus on price fairness, vendor past performance as a preferred contractor in similar services, and technician certifications. The government retains the right to award no contract depending on the quotes received, ensuring all awards align with SAM registration and no active exclusions. The entire solicitation emphasizes the importance of service quality, legal compliance, and responsible pricing.
The Performance Work Statement (PWS) outlines a non-personal services contract for the maintenance and calibration of scales at Fort Wainwright, Alaska. The contractor is responsible for providing all labor, equipment, and materials for service delivery, under which scales must be inspected and calibrated for safety and accuracy. The contract will have a duration of one base year plus four optional years, commencing from April 12, 2025. Services must be performed during weekdays, barring federal holidays, with specifications for routine maintenance and calibration certifications. The document delineates operational protocols, such as quality control measures, safety requirements, and security policies that all contractor personnel must adhere to, as well as specific reporting obligations after tasks are completed. The contractor must ensure qualified personnel for the work, manage invoicing through the Wide Area Work Flow system, and maintain open communication with government representatives. Ultimately, the goal is to ensure scales function reliably in various operations, contributing to mission readiness and compliance with federal standards.
Apr 16, 2025, 5:06 PM UTC
The document outlines a Request for Proposal (RFP) focused on Maintenance, Scale Routine Services, specifically addressing the upkeep and calibration of various scales used in specified buildings. It details numerous scales, including models from Okidata and Mettler Toledo, with designated serial numbers and installation locations in buildings like BLDG 2210 and BLDG 2116. The document includes cost estimations for maintenance and repair activities, categorized into separate Contract Line Item Numbers (CLINs) for systematic tracking. The 'Total Maintenance Repair and Replace Costs' and 'Total Cost of the Contract' are highlighted, yet actual pricing remains undisclosed for future evaluation by the government. This RFP serves to facilitate the procurement of services required to ensure operational efficiency in scale usage while maintaining regulatory compliance and reliable performance across designated facilities. The structured approach supports the project's aim of ensuring precision and reliability in scales utilized within the government framework.
The U.S. Department of Labor's Register of Wage Determinations under the Service Contract Act outlines minimum wage rates and fringe benefits for covered contracts in Alaska, specifically the Fairbanks North Borough. Effective January 30, 2022, Executive Order 14026 stipulates that contractors must pay workers at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must offer at least $13.30 per hour unless higher rates apply. The document lists numerous occupations, with specific wage rates, benefits, and conditions for each position, including health and welfare provisions, vacation, and paid holidays. Additional rules, such as those for paid sick leave under Executive Order 13706 and uniform allowances, are also specified. The framework aims to ensure fair compensation and worker protections under federal contracts, guiding compliance for employers and providing clarity on wage standards consistent with government RFPs and grants.
Apr 16, 2025, 5:06 PM UTC
The document outlines a Request for Quote (RFQ) for Scales Maintenance & Calibration services at Fort Wainwright, Alaska, designated as solicitation number W912D0-25-Q-0210. This is a 100% small business set-aside procurement under NAICS code 811210, with a total estimated contract duration of five years, including one base year and four option years starting April 20, 2025. The successful contractor will provide all personnel, supplies, labor, and supervision required to conduct annual inspections and calibrations of Mettler Toledo scales located in multiple government buildings at the site. Key requirements include routine maintenance in accordance with manufacturer specifications and timely provision of written calibration certificates. Vendors must offer firm-fixed prices and submit their proposals electronically by April 8, 2025. Award criteria encompass price, past performance, and technical qualifications, mandating that the contractor be registered with the System for Award Management (SAM) and possess necessary certifications to perform the services. Overall, the solicitation emphasizes the government’s commitment to maintaining high standards of service by selecting qualified small businesses to fulfill government requirements efficiently and effectively.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Welding Equipment Maintenance, Repair, and Calibration
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking proposals for the maintenance, repair, and calibration of government-owned welding equipment under solicitation number W91ZLK-25-R-A003. This procurement is set aside for small businesses and aims to secure a contractor capable of providing comprehensive services, including emergency repairs and quality assurance, over a three-year period from July 1, 2025, to June 30, 2028. The selected contractor will be evaluated based on the Lowest Price Technically Acceptable criteria, ensuring that all proposals meet the requirements outlined in the Performance Work Statement. Interested parties must submit their proposals via email by 3:00 p.m. Eastern Time on May 16, 2025, and direct any inquiries to the Contract Specialist, Julius Wood, at julius.a.wood.civ@army.mil.
Calibration of Medical Equipment
Buyer not available
The Department of the Army, specifically the Arkansas Army National Guard, is seeking qualified contractors to provide calibration services for approximately 203 pieces of medical equipment located in North Little Rock, Arkansas. The contract will be a Firm Fixed Price agreement, with a performance period of 30 days from the date of award, requiring the contractor to deliver all calibration documentation within two weeks post-service completion. This procurement is critical for maintaining the operational readiness of medical devices used by the 39th Infantry Brigade Combat Team, ensuring compliance with federal regulations and quality assurance standards. Interested parties should contact Michael Washington at michael.w.washington10.civ@army.mil or call 501-212-4362 for further details, and must ensure registration in the System for Award Management (SAM) to participate in the bidding process.
Procurement of Multiple Fluke Units
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking to procure specialized metrology equipment for the Army’s Primary Standards Laboratory located at Redstone Arsenal, Alabama. The procurement includes two Model 9114-256 Metrology Furnaces, one Model 9117-256 Annealing Furnace, one Model 7381-26 Deep-Well Compact Bath, and one 2019-DCB Liquid-in-Glass Thermometer Calibration Kit or equivalent, which are essential for maintaining and upgrading the Army's testing and measurement capabilities. This initiative is part of a systematic approach to enhance the U.S. Army's metrology and diagnostic equipment infrastructure. Interested parties are encouraged to respond to the Request for Information by April 30, 2025, and should direct their submissions to the designated contacts, Taylor Siskoff and Portia Sampson, via the provided email addresses.
Ft. Greely, AK - Base Support Services
Buyer not available
The Department of Defense, specifically the U.S. Army's 413th Contracting Support Brigade, is planning to award a firm fixed price contract for Base Support Services at Fort Greely, Alaska. The contract will cover a range of services including custodial support, airfield operations, waste removal, facility services, environmental support, and GIS operations, with an initial term of six months and two optional three-month extensions. These services are crucial for maintaining operational readiness and supporting the U.S. Army Alaska's mission. Interested parties should direct inquiries to Contract Specialist Stephanie Spight or Contracting Officer Noah Branscom via email by April 26, 2025, at 4:00 PM HST, as this opportunity is set aside for small businesses under the NAICS code 561210, which has a size standard of $47 million.
Test Equipment Calibration at Letterkenny Army Depot (LEAD)
Buyer not available
The Department of Defense, through the Army Contracting Command at Letterkenny Army Depot (LEAD), is seeking sources capable of providing test equipment calibration services. This opportunity involves the calibration and repair of test equipment in support of the U.S. Army's Test, Measurement, and Diagnostic Equipment (TMDE) needs, adhering to ISO/IEC 17025:2017 standards. The contract is critical for maintaining the operational readiness and accuracy of Army test equipment, with a base period from October 1, 2025, to September 30, 2026, and two optional extensions. Interested vendors must submit their capabilities statements to Megan Smith and Bobie J. Burkett by April 28, 2025, at 1:00 P.M. Eastern Time, and ensure they are registered in the Government System for Award Management (SAM).
Surface Plate Calibration System
Buyer not available
The Department of Defense, specifically the Air Force, is seeking proposals for a Surface Plate Calibration System under solicitation number FA226325Q0007. This procurement aims to acquire both proposal evaluation and production units, with an estimated total of 84 units to be delivered over a five-year period, adhering to strict specifications outlined in the Purchase Description. The Surface Plate Calibration System is crucial for measuring the flatness of surface plates, ensuring compliance with industry standards, and supporting various operational needs within the Air Force. 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.
FMS Oxygen Instrumentation Calibration Room Equipment
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the procurement of specialized calibration equipment from Fluke Electronics as part of the Foreign Military Sales (FMS) program. The requirement includes high precision and refrigerated temperature baths, fluid level adapters, and MET/TEMP software, which are essential for maintaining calibration standards for oxygen clean devices. This procurement is critical for supporting the Naval Air Systems Command's Metrology and Calibration (METCAL) Program, ensuring operational readiness and compliance with military standards. Proposals must be submitted electronically by 1:00 PM EST on May 5, 2025, with inquiries directed to Rocco Gonnella at rocco.j.gonnella.civ@us.navy.mil or Shannan Germond at shannan.m.germond.civ@us.navy.mil.
Portable Analytical Instruments Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army Medical Center of Excellence (MEDCoE), is seeking sources for a contract to provide extended warranty and maintenance support for Thermo Scientific's First Defender RMX and TruDefender systems. The primary objective of this procurement is to ensure operational readiness of laboratory analyzers used in training programs for military personnel, with the contract structured as a non-personal services agreement that includes a base year and an optional additional year of performance. This maintenance support is critical for the effective functioning of analytical equipment essential for military operations. Interested businesses are encouraged to respond to the Sources Sought Notice by May 6, 2025, and should direct inquiries to Tanisha Bush at tanisha.a.bush.civ@army.mil or Angelic Hatcher at angelic.m.hatcher.civ@mail.mil.
DITMCO Test Consoles service and repair
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the service and repair of DITMCO Test Consoles, as outlined in Solicitation Number W911N225R0018. The procurement focuses on repair, calibration, and exchange services for military applications, targeting small businesses, including those owned by service-disabled veterans and women, with a contract structure based on time and materials for off-site services. This opportunity is critical for maintaining the operational readiness of military equipment, ensuring compliance with government standards through detailed billing structures and regulatory guidelines. Interested parties should direct inquiries to Michael Pitone at michael.f.pitone.civ@army.mil or Thomas C. Hall at thomas.c.hall111.civ@army.mil, with proposals due by May 5, 2025.
66--METER,SPECIAL SCALE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two units of a special scale meter, identified by NSN 6625015295159. This procurement is part of a total small business set-aside, emphasizing the importance of supporting small enterprises in the commercial and service industry machinery manufacturing sector. The selected vendor will be responsible for delivering the specified items to DLA Distribution within 168 days after the order is placed. Interested parties are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.