Search Contract Opportunities

Calibration Services Master BPA for ERDC GSL

ID: W912HZ25R0414 • Type: Synopsis Solicitation

Description

Posted: April 16, 2025, 12:33 p.m. EDT

**Solicitation amended on 16 April 2025 to attach a Question and Answer document.
This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice for Calibration Services to ISO 17025 standards. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The US Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) Geotechnical and Structures Laboratory (GSL) in Vicksburg, MS intends to award multiple, up to three, Master Blanket Purchase Agreements (BPA) in order to facilitate Calibration Services. A BPA is a simplified method of filing anticipated repetitive needs for supplies or services by establishing charge accounts with qualified sources of supply. Pursuant to Federal Acquisition Regulation (FAR) 13.303, Blanket Purchase Agreements (BPAs), the Contractor agrees to the identified terms and conditions for a BPA to provide the required Calibration Services. Should a vendor hold an existing Master BPA for these services, a BPA Call may be issued.

The Government anticipates this solicitation will result in multiple BPA awards, up to three. Ordering shall be for a period of five years or a total combined amount of $285,000.00 in capacity is utilized unless earlier termination. The Contractor shall furnish all items necessary to supply the calibration services to GSL in accordance with the attached Performance Work Statement (PWS).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. This procurement is being competed as 100% Small Business set aside utilizing the North American Industry Classification System Code (NAICS) 811210, Electronic and Precision Equipment Repair and Maintenance, with a size standard $22 million. This procurement is being conducted in accordance with regulations at FAR Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures, and FAR 13.303, Blanket Purchase Agreements.

The Master BPA does not obligate any funds. The government shall be obligated only to the extent of authorized orders actually utilized via a properly executed BPA Call. The Government estimates, but does not guarantee, that the total volume of purchases through this agreement will be a combined $285,000.00 over a 5-year period. Individual purchases shall not exceed $250,000.00. There shall be no guaranteed minimum or maximum order limits established and no guaranteed dollar amount of expenditures with the vendor. Actual purchases will be made via properly executed BPA Calls. All BPA Calls will be initiated at the time the services are needed by a warranted Contracting Officer, a warranted Micro-purchase Contracting Officer, or a BPA Ordering Authorized Individual.

The Performance Work Statement (PWS) for the BPA Call is attached to this solicitation. Offerors shall provide a quote for the BPA Call.

In accordance with FAR 52.212-2 - Evaluation -- Commercial Items, the Government will award up to three agreements resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers:

1) Technical Providing items that at least meet the minimum specifications as defined in the PWS. Technical documentation is required to show the type of services proposed in the contractors offer.

2) Price - Price will be evaluated to determine the award of the BPA call.

Basis of Award: Award(s) will be made to the three offerors that are technically acceptable and provide the lowest quote as stated above. Failure to submit sufficient information for the Government to determine technical capability and quoted price may be cause for rejection of your quote. The Government intends to evaluate offers and award up to three agreements without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

Pursuant to FAR 52.204-7(b), System for Award Management, offerors must be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If an offeror is not registered in SAM at the time of the offer, its offer will not be considered for award. You may register electronically at http://www.sam.gov.

Before a complete evaluation of your quote can be made the Offeror must provide "Offeror Representations and Certifications" for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration must print, complete, and include FAR Clause 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004), Offeror Representations and Certifications - with their quote package.

It will be the offeror's responsibility to frequently check the www.Sam.gov website where the synopsis/solicitation is to be posted for any amendments/changes to the RFQ and closing date. Any offers submitted after the response date and time will be considered late and will not be evaluated.

The following FAR clauses and provisions will apply to this acquisition:

52.203-3 Gratuities

52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions

52.204-7 System for Award Management

52.204-13 System for Award Management Maintenance

52.204-26 Covered Telecommunications Equipment or Services Representation

52.209-7 Information Regarding Responsibility Matters

52.212-1 Instructions to Offerors-Commercial Items

52.212-3 Offerors Representations and Certifications- Commercial Items (DEVIATION 2025-O0003 and DEVIATION 2025-O0004)

52.212-4 Contract Terms and Conditions Commercial Items

52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (DEVIATION 2025-O0003 and DEVIATION 2025-O0004)

52.222-37 Employment Reports on Veterans

52.222-40 Notification of Employee Rights Under the National Labor Relations Act

52.246-2 - Inspection Of Supplies--Fixed Price

52.247-34 - F.O.B. Destination

52.252-2 Clauses Incorporated by Reference

Additionally, the following clauses/provisions located within FAR 52.212- 5 may apply to this acquisition:

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.219-14 Limitations on Subcontracting

52.219-28 Post Award Small Business Program Representation

52.219-6 Notice of Total Small Business Set-Aside

52.222-3 Convict Labor

52.222-19 Child Labor Cooperation with Authorities and Remedies

52.222-35 Equal Opportunity for Veterans

52.222-36 Equal Opportunity for Workers with Disabilities

52.222-50 Combating Trafficking in Persons

52.223-6 Drug Free Workplace

52.223-10 Waste Reduction Program (DEVIATION 2025-O0004)

52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving

52.232-33 Payment by Electronic Funds Transfer System for Award Management

52.233- 3 Protest After Award

52.233-4 Applicable Law for Breach of Contract Claim

The full text of these FAR clauses can be accessed electronically at website:

https://www.acquisition.gov/browse/index/far

The following DFARS Clauses and Provisions may be applicable to this acquisition:

252.203-7000 Requirement Relating to Compensation of Former DoD officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.203-7005 Representation Relating to Compensation of Former DoD officials

252.211-7003 Item Unique Identification and Valuation

252.204-7003 Control Of Government Personnel Work Product

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation

252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

252.232-7010 Levies on Contract Payments

252.243-7001 Pricing Of Contract Modifications

The full text of these DFARS clauses can be accessed electronically at website:

https://www.acquisition.gov/dfars

Responses should be submitted via email to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil no later than 3:00pm Central Standard Time on Friday, 24 April 2025.

Posted: April 14, 2025, 3:18 p.m. EDT
Background
The U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) Geotechnical and Structures Laboratory (GSL) in Vicksburg, MS intends to award multiple Master Blanket Purchase Agreements (BPA) for Calibration Services to ISO 17025 standards.

The goal of this contract is to facilitate the necessary calibration services that support materials characterization work, ensuring compliance with ASTM guidelines and maintaining accreditations critical for laboratory operations.

Work Details
The contractor shall provide calibration services that include:
1) Holding certification for ISO 17025 and accreditations from NCSL, NAPT, and A2LA;
2) Performing all calibrations onsite at ERDC in Vicksburg, MS;
3) Using NIST traceable calibration standards;
4) Providing technical documentation for calibration of construction materials testing lab equipment;
5) Delivering ISO 17025 and AASHTO R18 compliant calibration documents within 7 days post-calibration;
6) Applying calibration stickers to all equipment on the day of calibration;
7) Meeting minimum requirements for ASTM C1077, D3666, D3740, and ISO 17025 standards;
8) Responding with a quote within 24 hours of a Request for Quote (RFQ).

The equipment requiring calibration includes balances, mechanical shakers, compression break machines, mixers, environmental chambers, pressure gauges, sieves, air meters, calipers, and furnaces across various labs.

Period of Performance
The period of performance will be coordinated with the Government Point of Contact (POC), with calibrations scheduled no later than 30 days after award and occurring during April – June 2025.

Place of Performance
US Army Engineer Research and Development Center (ERDC), 3909 Halls Ferry Road, Vicksburg, MS 39180.

Overview

Response Deadline
April 24, 2025, 4:00 p.m. EDT Due in 1 Days
Posted
April 14, 2025, 3:18 p.m. EDT (updated: April 16, 2025, 12:33 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Vicksburg, MS 39180 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Vehicle Type
Blanket Purchase Agreement
On 4/14/25 Engineer Research and Development Center issued Synopsis Solicitation W912HZ25R0414 for Calibration Services Master BPA for ERDC GSL due 4/24/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 811210 (SBA Size Standard $34 Million) and PSC J066.
Primary Contact
Name
Jennifer Hoben   Profile
Phone
None

Secondary Contact

Name
David Ammermann   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation W912HZ25R0414

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W912HZ25R0414

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912HZ25R0414

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912HZ25R0414

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > OTHER DIVISION > W2R2 USA ENGR R AND D CTR
FPDS Organization Code
2100-W912HZ
Source Organization Code
100221537
Last Updated
April 16, 2025
Last Updated By
david.g.ammermann@usace.army.mil
Archive Date
May 9, 2025