Loading...
W911S6-26-Q-A010
Response Deadline
May 6, 2026, 6:00 PM(MDT)29 days
Eligibility
Contract Type
Solicitation
This is a twelve month (12) Base plus Four (4) twelve month option periods Firm Fixed Price (FFP) Contract
1. Offers shall be received prior to the closing date and time identified on SF 1449 (6 May 2026 by 1200 MDT) to the following address:
Contract Specialist: Nicholas J. Rowton; Email Address: nicholas.j.rowton.civ@army.mil
Contracting Officer: Paul E. Frailey; Email Address: paul.e.frailey.civ@army.mil
2.Electronic submissions via email are preferred.
3. The point of contact responsible for supplying additional information and answering all inquiries is the Contracting Officer via the Contract Specialist. Address all questions or concerns the offeror may have to the Contract Specialist, Nicholas Rowton (nicholas.j.rowtonciv@army.mil)
4. All questions regarding this solicitation shall be submitted in writing.
Offerors are required to submit a completed SF1449 including acknowledgement of Amendments.
The SF1449 shall be completed in full submitted with block 30b, and 30c filled in and a signature in block 30a of the form. SF 1449 cannot be excepted without being signed.
Price/Cost should be annotated on page 2, 3 and 4 of the 1449 and each CLIN shall be fully burdened to include, but not be limited to labor, overhead, parts, materials, travel, lodging, etc for the entire base plus each option period.
Description
The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and non-personal services, etc. necessary to perform ISO accredited calibration services for analytical equipment in Chemical Test Division (CTD) at Dugway Proving Ground (DPG) as defined in this PWS except for those items specified as government furnished property (GFP) and government furnished services (GFS). The contractor shall meet the standards in this contract.
The objective of this Performance Work Statement (PWS) is to acquire comprehensive, on-site ISO 17025 accredited calibration services for a range of critical laboratory equipment at DPG. This includes analytical balances, digital thermometers, flow meters, flow controllers and analytical weight sets. The contractor shall ensure the continued accuracy and reliability of this equipment to support the Government’s ISO 17025 accreditation and maintain the integrity of testing data.
Refer to the attached Solicitation 1449, Performance Work Statement (PWS) and Statement of work (SOW) for equipment list details that is required calibration by the contractor.
Refer to Section 1.6.11 Special Qualifications or Certification’s in the PWS and Refer to Addendum to 52.212-1.
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
MISSION INSTALLATION CONTRACTING COMMAND
418TH CSB
W6QM MICC-DUGWAY PROV GRD
W6QM MICC-DUGWAY PROV GRD
KO DIRECTORATE OF CONTRACTIN
5330 VALDEZ CIRCLE
DUGWAY, UT, 84022-5000
NAICS
Testing Laboratories and Services
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)