FLUKE Multi-Year Calibration & Repair Services(C&RS) Agreement
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-5200, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking qualified vendors to provide multi-year calibration and repair services for Fluke electronic equipment used by the U.S. Army Test, Measurement, and Diagnostic Equipment Activity (USATA). The contract will support the calibration of over 842,000 instruments across 47 locations, ensuring that measurements are traceable to recognized standards and comply with stringent requirements, including ISO 17025 certifications and proper documentation of all actions. This opportunity is critical for maintaining the functionality and accuracy of military equipment, emphasizing adherence to safety and traceability standards throughout the calibration and repair process. Interested vendors are encouraged to submit white papers detailing their capabilities by March 21, 2025, to the designated contacts, Taylor Siskoff and Portia Sampson, via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fluke Electronics Performance Work Statement outlines the provision of multi-year calibration and repair services for the U.S. Army Test Maintenance Diagnostic Equipment (TMDE) Activity. This contract aims to support the calibration of over 842,000 instruments across 47 locations, ensuring measurements are traceable to recognized standards. The contractor must adhere to stringent requirements, including obtaining Return Material Authorizations (RMAs) for servicing equipment and providing ISO 17025 certifications. The process entails conducting incoming inspections, calibrations, and repairs while documenting all actions and communications with the U.S. Army TMDE Activity. The contractor is also responsible for managing labor hour reporting and ensuring compliance with warranty terms. This contract represents a critical operational support service for maintaining the functionality and accuracy of military equipment, emphasizing adherence to safety and traceability standards throughout the calibration and repair process.
    The document lists a comprehensive inventory of Fluke models, encompassing a wide range of electronic testing and measurement devices. The inventory features model numbers such as 05-443, 1507, 35080M, and RUSKA 7050LP, among others, presented in a sequential format without descriptions or specifications. These models are likely used in various applications including calibration, testing, and diagnostics within government, federal grants, and state and local RFP contexts. The extensive nature of this list suggests it serves as a reference for procurement, ensuring compliance with necessary standards and specifications for electronic measurement tools that may be relevant to various governmental and technical functions. The document's structured listing implies an organized approach to cataloging equipment essential for fulfilling RFP requirements.
    The U.S. Army Contracting Command-Redstone has issued a Request for Information (RFI) to gather market insights regarding the potential for a multi-year calibration and repair services agreement specifically for Fluke equipment as used by the U.S. Army Test, Measurement, and Diagnostic Equipment Activity (USATA). This RFI serves to inform planning and does not constitute a formal request for proposals or a commitment to future contracting. Interested vendors are invited to submit white papers by March 21, 2025, detailing their capabilities, including company information, business size, and socio-economic status, along with contact details. All submissions must adhere to specific formatting and content guidelines and will become the property of the government. The document emphasizes that this market research is voluntary and aims to assist USATA in evaluating potential service providers within the maintenance and repair sector of electronic and precision equipment. Responses should be sent via email to designated points of contact, with explicit instructions for handling proprietary information.
    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.
    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.
    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.
    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.
    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.
    TRANSMITTER,PRESSUR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of pressure transmitters under a firm fixed-price contract. The procurement aims to ensure the repair and maintenance of critical pressure, temperature, and humidity measuring instruments, which are essential for various military applications. Interested contractors are required to provide a quotation valid for 60 days, detailing their repair turnaround time and throughput capacity, with the contract award anticipated following the evaluation of submitted proposals. For inquiries, potential bidders can contact Carly Gassert at 771-229-0084 or via email at CARLY.GASSERT@NAVY.MIL.
    TERADYNE TESTER SUPPORT AGREEMENT
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for a Teradyne Tester Support Agreement to provide maintenance, calibration, and repair services for government-owned Teradyne Model microFLEX Semiconductor Test Systems. This procurement is critical for ensuring the operational readiness of systems used in testing microelectronic circuits for the MK6LE Guidance system, with Teradyne Inc. being the only qualified provider due to their proprietary rights and specialized technical personnel. Interested contractors must be registered in the System for Award Management (SAM) and submit their offers via email to Cierra Vaughn by December 11, 2025, at 4:00 PM Eastern Time, as the contract period is set from December 4, 2025, to November 30, 2027.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Buyer not available
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    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.