ISO 17025 Accredited Calibration Services

SOL #: W911S6-26-Q-A010Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-DUGWAY PROV GRD
DUGWAY, UT, 84022-5000, United States

Place of Performance

Tooele, UT

NAICS

Testing Laboratories and Services (541380)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Measuring Tool (J052)

Set Aside

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

Timeline

1
Posted
Feb 18, 2026
2
Last Updated
Mar 4, 2026
3
Response Deadline
Mar 3, 2026, 10:00 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 Mission and Installation Contracting Command (MICC), Dugway Proving Ground (DPG) has issued a Sources Sought Notice to identify qualified small businesses capable of providing ISO 17025 Accredited Calibration Services for critical laboratory equipment. This is anticipated as a Total Small Business Set-Aside. Responses are due by March 3, 2026, 3:00 PM MST.

Purpose & Scope

The U.S. Army seeks to procure comprehensive, on-site ISO 17025 accredited calibration services for equipment within the Chemical Test Division (CTD) at DPG. This market research aims to determine if a small business set-aside is appropriate. The contractor will provide all necessary personnel, equipment, supplies, and services for calibration of analytical balances, digital thermometers, flow meters, flow controllers, and analytical weight sets.

Services include four annual on-site visits, with specific calibration frequencies: annual for balances, flow meters, and controllers; biennial for digital thermometers; and triennial for weight sets (on-site or off-site). Deliverables require detailed ISO 17025 compliant reports and physical calibration stamps. The contract must be flexible to accommodate changes in equipment inventory, and pricing should be all-inclusive, covering calibration, travel, and shipping for weight sets.

Key Requirements

  • Contractor must operate a laboratory formally accredited to ISO/IEC 17025 by a recognized accreditation body (e.g., A2LA).
  • Service technicians must possess documented education, training, and experience relevant to the calibration tasks.
  • Verification of US citizenship for all personnel performing services at DPG.
  • All contractor employees must complete required training, including Anti-Terrorism (AT) Level I, Information Assurance (IA), iWATCH, and OPSEC Level I.
  • Maintain ISO 17025 accreditation throughout the contract period.
  • Develop and maintain a Quality Control Plan (QCP).
  • Calibration performance must achieve "Zero deviation from the standard."

Contract Details

  • Type: Sources Sought (market research, not a solicitation).
  • Set-Aside: Anticipated Total Small Business Set-Aside (FAR 19.5).
  • NAICS: 334519, Other Measuring and Controlling Device Manufacturing, with a 600-employee size standard.
  • Place of Performance: Combined Chemical Test Facility (CCTF) and Bushnell Material Test Facility (BMTF) at West Desert Test Center (WDCT)/Dugway Proving Ground (DPG), Tooele, UT.
  • Anticipated Period of Performance: One Base Year (2026) with four 12-month option years (April 30, 2026 - April 29, 2031).
  • Anticipated Contract Type: Firm Fixed Price (FFP).

Response Requirements

Interested parties are requested to submit a capabilities statement (not to exceed 5 pages) that includes:

  1. Firm details (CAGE, UEI, NAICS, business size, small business certifications).
  2. Capabilities regarding salient characteristics and recommendations for improving Army specifications.
  3. Interest in competing as a prime contractor and any planned subcontracting/teaming arrangements.
  4. Information on commercial availability, pricing, delivery, and terms.
  5. Previous experience on similar requirements and pertinent certifications.
  6. Identification of any conditions restricting competition and proposed alternatives.
  7. Recommendations to improve the draft PWS/PRS.

Offerors must also confirm their ability to meet special qualifications/certifications outlined in PWS Section 1.6.11.

Submission & Deadline

  • Response Due: March 3, 2026, 3:00 PM Mountain Standard Time (MST).
  • Email Subject: "ISO 17025 Accredited Calibration Services".
  • Contact: Nicholas Rowton, Contract Specialist (nicholas.j.rowton.civ@army.mil). Telephone inquiries will not be accepted, and submissions will not be acknowledged.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Special Notice
Posted: Mar 4, 2026
View
Version 1Viewing
Sources Sought
Posted: Feb 18, 2026
ISO 17025 Accredited Calibration Services | GovScope