ISO 17025 Accredited Calibration Services
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 Department of the Army has issued a Special Notice announcing its intent to award a Sole Source contract for ISO 17025 Accredited Calibration Services at Dugway Proving Ground, UT. The contract is intended for Coast to Coast Calibrations due to a lack of interest in a previous Sources Sought notice. Responses to this special notice are due by March 10, 2026, at 3:00 PM MDT.
Purpose & Background
The U.S. Government intends to award a contract for Accredited Calibration Services on a "Sole Source Basis" to Coast to Coast Calibrations (9150 Isanti Street NE, Blaine, MN 55449). This decision follows a related Sources Sought Notice posted on February 18, 2026, which generated no interest. A signed FAR Part 6 Sole Source Justification and Approval (JA) has been completed. The acquisition is conducted under the authority of 10 U.S.C. 2304(c)(1) or 41 U.S.C. 3304(a)(1).
Scope of Work
The contractor will provide comprehensive, non-personal, on-site ISO 17025 accredited calibration services for critical laboratory equipment at Dugway Proving Ground (DPG). This includes:
- Calibration of: Analytical balances, digital thermometers, flow meters, flow controllers, and analytical weight sets.
- Frequency: Four annual on-site calibration visits. Annual calibration for balances, flow meters, and flow controllers; biennial for digital thermometers; and triennial for weight sets (on-site or off-site).
- Deliverables: Detailed ISO 17025 compliant calibration reports with physical stamps indicating new calibration dates.
- Flexibility: The contract must accommodate changes in the Government's equipment inventory.
- Pricing: All-inclusive pricing covering calibration, travel, and shipping for weight sets.
Contract Details & Requirements
- Contract Type: Anticipated Firm Fixed Price (FFP).
- Period of Performance: One (1) Base Year (starting April 30, 2026) with four (4) 12-month option years, extending through April 29, 2031.
- Place of Performance: Combined Chemical Test Facility (CCTF) and Bushnell Material Test Facility (BMTF) at West Desert Test Center (WDCT)/Dugway Proving Ground, Tooele, UT.
- NAICS Code: 541380 (SBA Size Standard: $19 Million).
- PSC: J052 (Maintenance, Repair And Rebuilding Of Equipment: Measuring Tool).
- Accreditation: Contractor must operate a laboratory formally accredited to ISO/IEC 17025 by a recognized accreditation body and maintain this accreditation.
- Personnel: Service technicians must have documented education, training, and experience. US citizenship verification and completion of AT Level I, IA, iWATCH, and OPSEC Level I training are required.
- Performance: Calibration must adhere to validated ISO 17025 procedures with "Zero deviation from the standard." Reports are due within five business days.
Response Information
This is a Special Notice, not a solicitation for proposals. Interested parties are responsible for monitoring SAM.gov for additional information. Responses to this notice are due by 3:00 PM MDT on March 10, 2026. Point of Contact: Nicholas J. Rowton, Contract Specialist, at (435) 831-2620 or nicholas.j.rowton.civ@army.mil.