GAGE LAB CALIBRATION SERVICES & REPAIRS

SOL #: W519TC-26-Q-CALICombined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-RI
ROCK ISLAND, IL, 61299-0000, United States

Place of Performance

Crane, IN

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment (J066)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 26, 2026
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Mar 12, 2026, 5:30 PM

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 Department of the Army is soliciting proposals for Gage Lab Calibration and Repair Services for the Crane Army Ammunition Activity (CAAA) in Crane, IN. This is a Total Small Business Set-Aside for a Firm Fixed Price Purchase Order. The contract will cover a base year and one option year. Proposals are due March 12, 2026, at 12:30 PM Central Time.

Scope of Work

This requirement is for accredited calibration services for gages and Test, Measuring and Diagnostic Equipment (TMDE) to support ammunition production at CAAA. Services include testing, calibration, purchase of new gages, and remediation for failed calibrations. Approximately 3,500 gages require calibration annually, with 3,000-3,300 calibrated yearly and 150 bi-annually. Calibration must be performed by an ISO/IEC 17025 accredited laboratory and traceable to NIST Standards. Key logistical requirements include weekly pick-up/delivery, a mandatory one-week turnaround time, and some on-site calibration. Contractor personnel must obtain DBIDS base access cards and comply with safety protocols for explosive areas.

Contract Details

  • Solicitation Type: Combined Synopsis/Solicitation (RFP)
  • Contract Type: Single Award Firm Fixed Price Purchase Order
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 811210 (Electronic & Precision Equipment Repair & Maintenance)
  • Small Business Size Standard: $34,000,000
  • Product Service Code: J066 (Industrial Products Install, Maintenance, & Repair: Instruments & Laboratory Equipment)
  • Period of Performance: One Base Year (date of award + 365 days) and one Option Year 1 (days 366-731 after award).
  • Place of Performance: Crane Army Ammunition Activity, Building 3295, 300 Highway 361, Crane, IN 47522-5001.

Proposal Requirements

Offerors must submit:

  • Completed Pricing Matrix (Attachment 0005), filling in yellow-highlighted sections to two decimal places.
  • Completed Gage Calibration Questionnaire (Attachment 0006), addressing technical capabilities, logistics, and compliance.
  • A technical capability statement/brochure detailing skills, areas, and how PWS requirements will be met.
  • ISO/IEC 17025 Laboratory Accreditation Certificate(s) for all performing laboratories.
  • Offerors must be registered in SAM.gov.

Evaluation & Award

Award will be made to the offeror providing the best value to the Government using a trade-off process.

  • Evaluation Factors: Technical and Price.
  • Factor Importance: Technical is more important than Price. Price importance increases as technical evaluation results become closer.
  • Technical Evaluation: Rated "Acceptable" or "Unacceptable" based on meeting solicitation requirements.
  • Price Evaluation: Assessed for reasonableness.
  • The Government intends to award without discussions, unless deemed necessary.

Key Dates & Contacts

  • Proposal Due Date: March 12, 2026, no later than 12:30 PM Central Time.
  • Submission Method: Electronically via email to:
  • Email Subject Line: "W519TC26QCALI Response – [Insert Offeror’s Name]"
  • Questions Due: Questions must be submitted at least 72 hours prior to the solicitation closure.

Amendments & Clarifications

  • Amendment 0001 (Feb 27, 2026): Updated Attachment 0005 - Pricing Matrix.
  • Amendment 0002 (Mar 05, 2026): Incorporated additional Q&As.
  • Amendment 0003 (Mar 09, 2026): Incorporated additional Q&As and confirmed the closing date.
  • Q&A Highlights: This is a recompete of contract W519TC-25-P-2005. Bidders should only quote yellow-highlighted cells in the price matrix. For QA Manager/Site Lead, list Contract Specialist Bridget Garnica.

People

Points of Contact

Bridget GarnicaPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 8
Combined Synopsis/Solicitation
Posted: Mar 12, 2026
View
Version 7
Combined Synopsis/Solicitation
Posted: Mar 12, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Mar 9, 2026
View
Version 4Viewing
Combined Synopsis/Solicitation
Posted: Mar 9, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Mar 5, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 27, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
View