Environmental Testing of Electronic Assemblies Blanket Purchase Agreement (BPA)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Microelectronics Activity (DMEA) is soliciting proposals for a Blanket Purchase Agreement (BPA) for Environmental Testing of Electronic Assemblies. The DMEA intends to establish a pool of up to three BPAs to procure services for qualifying and validating electronic assemblies to MIL-STD or custom specifications. This is a full and open competition. Proposals are due by 2:00 PM (Pacific) on Thursday, February 12, 2026.
Scope of Work
Offerors will provide environmental testing services for electronic products, including but not limited to Vibration, Physical Shock, Extreme Thermal, Thermal Cycling, Altitude, Humidity, Combined Environment, Sand and Dust, Electrical, EMI, and ESD testing. Services must meet MIL-STD or custom specifications. Contractors must have internal capabilities to perform at least eight (8) of the twenty-seven (27) listed Microelectronics test services, with options for subcontracting. Recommendations for tailoring DMEA-provided Test Plans and advice on fixturing are also required. All test results must be summarized in a final technical report within five days of test completion.
Contract Details
- Type: Blanket Purchase Agreement (BPA) under a Combined Synopsis/Solicitation
- Acquisition Method: FAR Part 13 Simplified Acquisition Procedures
- Set-Aside: Full and Open Competition
- Duration: 3 years after award or until a cumulative ceiling of $900,000.00 is reached
- Minimum Order: $2,500.00
- Maximum Order: Limited only by the remaining BPA order ceiling
- Proposal Due: February 12, 2026, 2:00 PM Pacific
- Published: January 22, 2026
Submission & Evaluation
Proposals must be submitted via email to Zonel Laborde at zonel.laborde.civ@mail.mil. Offerors must be registered in SAM.gov and submit proposals in Microsoft Office or Adobe PDF formats. Evaluation will be based on three factors: Technical (Factor 1), Past Performance (Factor 2), and Price (Factor 3). Technical capability (including proximity of subcontracted services) and Past Performance (relevance and confidence, optional submission) combined are approximately equal to Price. The government intends to make multiple awards without discussions and reserves the right to reject any or all proposals.
Additional Notes
Vendor location within 120 miles of DMEA, McClellan CA, is highly preferred but not required. The DMEA Contracting Officer, Zonel Laborde, is the sole point of contact. Attachments include the PWS 25-5E2, Draft BPA Agreement, and Proposal Instructions and Evaluation Criteria. The government will not reimburse proposal preparation costs.