Dugway Proving Ground ISO 17025 Accredited Calibration Services

SOL #: W911S6-26-Q-A010Solicitation

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
Apr 29, 2026
3
Submission Deadline
May 6, 2026, 6:00 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 Department of the Army is soliciting proposals for ISO 17025 Accredited Calibration Services at Dugway Proving Ground (DPG), Tooele, UT. This Firm Fixed Price (FFP) contract covers comprehensive on-site calibration of critical laboratory equipment for the Chemical Test Division (CTD). Offers are due May 6, 2026, by 12:00 PM MDT.

Scope of Work

The contractor shall provide all personnel, equipment, supplies, and services necessary to perform ISO 17025 accredited calibration for analytical equipment. This includes analytical balances, digital thermometers, flow meters, flow controllers, and analytical weight sets. Services require four annual on-site calibration visits, with specific frequencies for different equipment:

  • Annual: Analytical balances, flow meters, and flow controllers.
  • Biennial: Digital thermometers.
  • Triennial: Weight sets (on-site or off-site, with contractor responsible for shipping costs). Key deliverables include detailed ISO 17025 compliant calibration reports submitted within five business days of service completion, and physical stamps affixed to each calibrated instrument indicating the new calibration date and accreditation. The contract must be flexible to accommodate changes in the Government's equipment inventory.

Contract Details

  • Contract Type: Firm Fixed Price (FFP)
  • Period of Performance: One 12-month base period (May 14, 2026 - May 13, 2027) plus four 12-month option periods, extending through May 13, 2031.
  • Set-Aside: UNRESTRICTED (as per the most recent solicitation document).
  • NAICS Code: 541380 ($19 Million size standard)
  • Product Service Code: J052 (Maintenance, Repair And Rebuilding Of Equipment: Measuring Tool)
  • 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.

Submission & Evaluation

Offers must be received electronically via email by the closing date. Submissions require a completed and signed SF1449, with pricing annotated on pages 2, 3, and 4 for each CLIN, fully burdened for the entire base and all option periods. The Government intends to award to the Lowest Price offeror whose ISO 17025 Accreditation factor is acceptable and whose price is determined to be fair and reasonable.

Special Requirements

The contractor must operate a laboratory formally accredited to ISO/IEC 17025 by a recognized accreditation body and maintain this accreditation throughout the contract. Service technicians must have documented education, training, and experience. All contractor employees performing services at Dugway must verify US citizenship and complete required training, including Anti-Terrorism (AT) Level I, Information Assurance (IA), iWATCH, and OPSEC Level I. A Quality Control Plan (QCP) is also required.

Contact Information

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 4
Solicitation
Posted: Apr 29, 2026
View
Version 3Viewing
Solicitation
Posted: Apr 7, 2026
Version 2
Special Notice
Posted: Mar 4, 2026
View
Version 1
Sources Sought
Posted: Feb 18, 2026
View