Search Contract Opportunities

Dugway Proving Ground ISO 17025 Accredited Calibration Services   3

ID: W911S6-26-Q-A010 • Type: Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

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.

Background
The U.S. Government, specifically the Chemical Test Division (CTD) at Dugway Proving Ground (DPG), requires a contractor to provide ISO 17025 accredited calibration services for laboratory equipment.

The goal of this contract is to ensure that all critical laboratory equipment is regularly calibrated to maintain ISO 17025 accreditation, which is essential for the integrity of testing data.

Work Details
The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and non-personal services necessary to perform ISO accredited calibration services for analytical equipment in CTD at DPG.

The services include:
- Comprehensive on-site calibration of critical laboratory equipment such as analytical balances, digital thermometers, flow meters, flow controllers, and analytical weight sets.
- Calibration services will be provided four times per year for certain equipment and annually for others.
- Calibration reports must be ISO 17025 compliant and include a physical stamp indicating the new calibration date.
- The contractor must accommodate changes in the equipment inventory and provide all-inclusive pricing covering calibration services and associated costs.

Period of Performance
The contract is structured as a twelve-month base period with four additional twelve-month option periods.

Place of Performance
Dugway Proving Ground (DPG)

Overview

Response Deadline
May 6, 2026, 2:00 p.m. EDT Due in 27 Days
Posted
April 7, 2026, 9:46 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Tooele, UT 84074 United States
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$350,000 - $750,000 (AI estimate)
Signs of Shaping
64% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 4/7/26 MICC Dugway Proving Ground issued Solicitation W911S6-26-Q-A010 for Dugway Proving Ground ISO 17025 Accredited Calibration Services due 5/6/26. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541380 (SBA Size Standard $19 Million) and PSC J052.
Primary Contact
Name
Nicholas J. Rowton   Profile
Phone
(435) 831-2620

Secondary Contact

Name
Paul E. Frailey   Profile
Phone
(435) 831-2587

Documents

Posted documents for Solicitation W911S6-26-Q-A010

Opportunity Assistant

Opportunity Lifecycle

Procurement notices related to Solicitation W911S6-26-Q-A010

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W911S6-26-Q-A010

Similar Active Opportunities

Open contract opportunities similar to Solicitation W911S6-26-Q-A010

Experts for Dugway Proving Ground ISO 17025 Accredited Calibration Services

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > 418TH CSB
FPDS Organization Code
2100-W911S6
Source Organization Code
500036820
Last Updated
April 7, 2026
Last Updated By
nicholas.j.rowton.civ@army.mil
Archive Date
May 21, 2026