INTOXILYZER 9000 MAINTENANCE AND TRAINING
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 Mission and Installation Contracting Command (MICC), under the Department of the Army, is soliciting proposals for Intoxilyzer 9000 Maintenance and Training Services at Fort Hood, Texas. This Total Small Business Set-Aside opportunity requires a contractor to provide comprehensive maintenance, calibration, inspections, and operator training for Government-owned Intoxilyzer 9000 Breath Alcohol Testing instruments. Quotes are due by 1:00 PM CST on February 21, 2026.
Scope of Work
The contractor will be responsible for all personnel, labor, equipment, tools, materials, transportation, and technical expertise to ensure the operational readiness of two Intoxilyzer 9000 instruments. Services include:
- Recurring Preventive Maintenance: Monthly inspections, calibration, and replacement of reference sample solutions.
- Corrective Maintenance: Timely response to equipment malfunctions, troubleshooting, and repair.
- Training Services: Annual initial certification training for up to 20 personnel and annual renewal training for previously certified operators. The Government will provide the training facility.
- Compliance & Reporting: Services must adhere to Texas Breath Alcohol Testing Regulations, Texas Forensic Science Commission standards, and Texas Department of Public Safety regulations. The contractor shall issue required certificates, retain records for five years, and provide expert testimony when requested.
- Performance Standard: Maintain an operational readiness rate of at least 95 percent for all instruments.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: One 12-month base period and four 12-month option periods, anticipated to run from August 30, 2026, to August 29, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Quotes Due: February 21, 2026, at 1:00 PM CST
- Questions Due: February 4, 2026, at 1:00 PM CST
- Published: January 14, 2026
Submission & Evaluation
- Submission Method: Quotes must be submitted via email to marlon.c.jeffrey.mil@army.mil. A signed SF Form 1449 with completed pricing data is required.
- Evaluation Criteria: Award will be made using a Lowest Price Technically Acceptable (LPTA) source selection process, evaluating Price, Technical Acceptability, and Past Performance. Technical acceptability requires meeting salient characteristics and providing proof of certification from the Texas Forensic Commission/Texas Department of Public Safety.
- Discussions: The Government intends to make an award without discussions but reserves the right to conduct them. Offerors must acknowledge all solicitation amendments.
Additional Notes
- Invoicing will be submitted monthly through WAWF (Wide Area WorkFlow).
- All questions must reference solicitation number W9115126QA011 in the subject line.