Petroleum Laboratory Equipment Calibration, Maintenance and Repair Service
ID: FA527025Q0022Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5270 18 CONS PKAPO, AP, 96368-5199, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide calibration, maintenance, and repair services for petroleum laboratory equipment at the DLA Energy Indo-Pacific facility located in Okinawa, Japan. The contractor will be responsible for all necessary resources, including labor, parts, and travel, to perform both on-site and off-site services in accordance with ASTM International and ISO standards. This essential service is critical for ensuring the operational readiness and compliance of government-owned equipment, which includes a wide range of laboratory and diving equipment requiring periodic inspections and emergency support. Interested parties should reference RFQ number FA527026QB002 for submissions, with the solicitation expected to be issued around the end of June 2025. For further inquiries, contact Norie Moromizato at norie.moromizato.2.jp@us.af.mil or Ken Kuresaki at ken.kuresaki.jp@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance-Based Work Statement (PWS) outlines a contract for petroleum laboratory equipment calibration, maintenance, and repair services for DLA Energy Indo-Pacific Okinawa, Chibana Compound, Japan. The contractor will provide all necessary resources, including labor, parts, and travel, to perform on-site and off-site services in accordance with ASTM International and ISO procedures. Key requirements include annual inspections, preventive maintenance, calibration traceable to NIST, overhauling, hydrostatic testing, and emergency "Express Support" within specified timeframes. All parts must be new and warranted for one year. Personnel must be qualified with a minimum of three years of experience and adhere to safety regulations, environmental controls, and Japanese road laws. The government will provide utilities and expects a Quality Control Plan from the contractor, while retaining Quality Assurance oversight. This is deemed an essential service during a crisis.
    This Performance Based Work Statement outlines the requirements for a contractor to provide petroleum laboratory equipment calibration, maintenance, and repair services for DLA Energy Indo-Pacific Okinawa, Chibana Compound, Okinawa, Japan. The contractor will be responsible for all resources, including labor, parts, supplies, tools, and travel, to perform on-site and off-site services in accordance with ASTM International and ISO procedures. Key aspects include monthly preventive maintenance schedules, furnishing and warranting new manufacturer-approved parts (with specific approval processes for costs), annual inspections, calibrations traceable to NIST, hydrostatic testing, software restoration, and on-call express support within 24-48 hours. The contractor must ensure personnel are fully qualified with a minimum of three years of experience, adhere to safety protocols, and comply with all applicable Japanese and U.S. environmental and safety regulations. The government will provide utilities, but the contractor is responsible for safeguarding government property, quality control, and reporting. This is deemed an essential service during a crisis.
    The provided government file details an extensive inventory of equipment requiring periodic inspection, calibration, overhauling, or hydraulic testing. The equipment falls into two main categories: laboratory testing apparatus and diving equipment. Laboratory equipment includes various testers for distillation, gum content, kinematic viscosity, spectrophotometers, pour and cloud point testers, conductivity meters, centrifuges, thermal oxidation testers, balances, X-ray fluorescence spectrometers, calorimeters, UVF, electronic balances, autosamplers, ICP atomic emission spectrometers, thermo chillers, NMR analyzers, automatic infrared microscopes, FTIR spectrophotometers, and AV counters. Diving equipment listed includes diving regulators for overhaul and air cylinders for hydrostatic testing. The file also lists various other equipment and devices, such as pH meters, vacuum pumps, ovens, burners, and general laboratory items, that require
    The provided document is a comprehensive inventory of laboratory and diving equipment, detailing items requiring periodic inspection, calibration, overhauling, or hydrostatic testing, as well as equipment that may require on-call repair services. It lists various testing apparatuses, meters, balances, spectrometers, and diving gear, along with their manufacturers, models, serial numbers, ASTM standards, service frequencies, and country of service. Key instruments include distillation testers, gum content testers, kinematic viscosity baths, UV-Vis spectrophotometers, conductivity meters, jet fuel thermal oxidation testers, calorimeters, and various types of balances. Diving equipment includes regulators and air cylinders requiring yearly overhauls and five-year hydrostatic tests, respectively. The document categorizes equipment by the type of preventive inspection or service needed, indicating a structured approach to maintenance and operational readiness, likely for a government agency or research facility.
    The provided document, "ATTACHMENT 3 Question Form FA527026QB002," is a question form for a solicitation, likely a Request for Proposal (RFP) or a similar government procurement document. It instructs firms to submit any questions regarding the solicitation to the 18 CONS/PKB by October 17, 2025, at 11:00 AM (JST). The form requires firms to specify the page, section, and paragraph number(s) pertaining to each question. Late submissions may not be considered. The document also provides contact information for Ms. Norie Moromizato/18 CONS/PKB, including email addresses, phone numbers (DSN included), and fax numbers, for inquiries.
    The document is a Site Visit Form (RFQ NO. FA527026QB002) for a pre-proposal conference and site visit scheduled for October 14 at 10:00 AM JST at the DLA Chibana Compound Gate. Companies interested in attending must complete and email the form to the 18 Contracting Squadron by October 10, 2025, 11:00 AM JST. The form requires company details, point of contact information, and names of up to two attendees, with an option to request an escort. The POCs for submission are Ms. Norie Moromizato and Mr. Ken Kuresaki, whose email addresses are provided. Contractors are responsible for verifying the receipt of their form.
    The document addresses questions and answers for Solicitation Number FA527025Q0017, concerning a Stormwater Pollution Prevention Plan in Okinawa, Japan. Key clarifications include the absence of specified penalties or liquidated damages for repair service or scheduled maintenance. Additionally, the government confirmed that contractors are permitted to state limitations in their proposals regarding the unavailability of replacement parts that might hinder repair or maintenance, and such conditions would be acknowledged. The document also reminds contractors of their responsibility to ensure the government accepts their email communications.
    This government solicitation, FA527026QB002, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide maintenance, calibration, testing, and repair services for petroleum laboratory equipment. The contract includes two line items: periodic inspection and maintenance (CLIN 0001) and on-call express support (CLIN 0002). The performance period is from December 1, 2025, to November 30, 2030, with task orders not exceeding 12 months. Payment requests and receiving reports must be submitted electronically via the Wide Area WorkFlow (WAWF) system. The document outlines numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses governing contract terms, conditions, and representations, including requirements for antiterrorism/force protection for overseas contractors and an ombudsman for dispute resolution.
    This document is an amendment (FA527026QB0020001) to a solicitation (FA527026QB002) issued by the FA5270 18 CONS PK, United States, effective October 22, 2025. The amendment provides an updated Performance Work Statement (PWS) dated October 15, 2025, and a revised price list. Additionally, it incorporates FAR 52.216-1, specifying that the government intends to award a Multiple Award IDIQ contract. The amendment also modifies the list of attachments to reflect the updated PWS. Offerors must acknowledge receipt of this amendment to ensure their offers are considered valid.
    This Performance-Based Work Statement outlines the requirements for a contractor to provide calibration, maintenance, and repair services for petroleum laboratory equipment at DLA Energy Indo-Pacific Okinawa, Chibana Compound, Japan. The contractor will be responsible for all resources, including labor, parts, supplies, tools, and travel. Services must adhere to ASTM International and/or ISO procedures, as well as manufacturer specifications. Key aspects include a monthly performance schedule for preventive maintenance, a one-year warranty on all replacement parts, and a clear approval process for repairs. The contractor must ensure personnel are qualified and adhere to strict safety, environmental, and security regulations. The government will provide utilities and conduct quality assurance, while the contractor is responsible for quality control and submitting reports. This essential service requires compliance with Japanese laws, including road laws and insurance requirements.
    Lifecycle
    Similar Opportunities
    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.
    LABORATORY EQUIPMENT INSPECTION, CALIBRATION AND REPAIR SERVICES
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking a contractor to provide Laboratory Equipment Inspection, Calibration, and Repair Services to support roadwork projects across 19 Western states, including Alaska, Arizona, and California. The procurement involves a Blanket Purchase Agreement (BPA) for a base year and four option years, with an estimated total value of $350,000, focusing on the inspection, calibration, and repair of highway materials testing equipment at various facilities and mobile trailers. Contractors must possess current A2LA accreditation to ISO/IEC 17025, utilize NIST-traceable measuring devices, and employ qualified personnel, ensuring compliance with AASHTO and ASTM standards. Interested parties should contact Chinh Le at Chinh.Le@dot.gov or call 720-963-3549 for further details and must adhere to strict invoicing requirements via the DELPHI iSupplier system.
    Retrofit Service of the Energy Dispersive X-ray Spectrometer (EDS) for the Scanning Electron Microscope (SEM)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting a sole-source contract for the retrofit service of an Energy Dispersive X-ray Spectrometer (EDS) for a Scanning Electron Microscope (SEM) at the U.S. Naval Ship Repair Facility and Japan Regional Maintenance Center (SRF-JRMC) in Yokosuka, Japan. The contractor will be responsible for removing the existing EDS and Wavelength Dispersive Spectrometer (WDS), installing a new OEM-certified EDS system, and providing necessary software, accessories, and training in both English and Japanese. This procurement is critical for maintaining the operational capabilities of the SEM, which plays a vital role in materials analysis and quality control. Interested parties should note that the period of performance is from December 22, 2025, to February 28, 2026, and must adhere to strict safety and IT security protocols. For further inquiries, contact Maya Ichikawa at maya.ichikawa.ln@us.navy.mil or by phone at 0468167446.
    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.
    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.
    QUAD CALIBRATION GAS - PRESOLICITATION CM25160006
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of QUAD CALIBRATION GAS under presolicitation CM25160006. This acquisition involves a firm-fixed price, indefinite quantity contract for National Stock Number (NSN) 6665-20-001-4671, with a total small business set-aside, aimed at supporting DLA stock in the continental United States. The contract is valued at up to $2,278,881 and includes a one-year base period with two optional one-year extensions, emphasizing the importance of timely delivery and past performance in the evaluation process. Interested suppliers should submit proposals electronically via DIBBS or email to Kimberly Pozderac at kimberly.pozderac@dla.mil, with the solicitation expected to be available on or around November 21, 2025.
    AVIATOR BREATHING OXYGEN AND LIQUID NITROTGEN in MIDWEST REGION 9.1C
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is preparing to solicit qualified suppliers for a five-year contract to deliver Aviator Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) to various locations in the Midwest region. This procurement includes not only the products themselves but also associated services such as expedited delivery, equipment installation and removal, and applicable fees. The contract, which will be awarded as a Firm Fixed-Price Type Requirements Contract, is crucial for supporting the Department of Defense's aerospace energy needs and is expected to be issued around December 10, 2025, with a performance period from July 1, 2026, to June 30, 2031. Interested parties can direct inquiries to Kelli Boles at kelli.boles@dla.mil or Willard Ramseur at willard.ramseur@dla.mil for further information.
    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.
    66--REFRACTOMETER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 38 refractometers under solicitation number NSN 6650014543678. This procurement aims to establish an Indefinite Delivery Contract (IDC) for a term of one year or until the total orders reach $350,000, with an estimated 11 orders per year and a guaranteed minimum quantity of 5 units. Refractometers are critical instruments used in various laboratory and industrial applications to measure the refractive index of liquids, thereby aiding in quality control and material analysis. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The deadline for quote submissions is not specified in the overview, but timely responses are encouraged.
    Up to 9 month lease of 175 ONE NET TESTED AND CERTIFIED MFDs in Japan
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking to lease up to 175 one net tested and certified multifunction devices (MFDs) for a period of up to nine months in Japan. This procurement aims to fulfill specific operational needs for printing, duplicating, and bookbinding equipment, which are critical for various defense logistics operations. The selected contractor will be responsible for providing these devices, ensuring they meet the necessary certification and testing standards. Interested parties can reach out to Carl Devitz at carl.devitz@dla.mil or by phone at 717-770-2891 for further details regarding this opportunity.