Master Blanket Purchase Agreement: Scale Calibration and Repair 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.
This is a Notice of Intent published in accordance with Federal Acquisition Regulation (FAR) 5.101(a)(1) requiring the dissemination of information regarding proposed contract actions.
This notice is for informational purposes only. This is not a request for quote, and no solicitation currently exists.
The Blue Grass Army Depot (BGAD), located in Richmond KY, has a requirement for a Blanket Purchase Agreement for annual calibration services, as needed repairs, and replacement repair parts ordered as needed for Scale and Scale Systems for operational support at BGAD.
Services shall be requested on as needed basis based on mission requirements, annual calibration requirements, repairs, and/or replacement parts as needed for Scales and Scale Systems.
It is the Government’s intent to award a Single Source BPA in accordance with FAR 13.106-1(b)(1) and 13.303-2 (c)(2) to Innovative Scale LLC. to provide all management, labor, tools, supplies, and equipment necessary to perform each task included in the attached Scope of Work.
The intent of the BPA is to provide the government with a streamlined cost-effective acquisition method in accordance with FAR 13.303, Blanket Purchase Agreements, to request services as needed that may require short suspense to meet operation or mission demands.
A BPA is a simplified method of filling anticipated repetitive needs for services and/or supplies by establishing charge accounts with a qualified source of service. Pursuant to Federal Acquisition Regulation (FAR) 13.303, Blanket Purchase Agreements (BPAs), the Contractor agrees to the identified terms and conditions for a BPA to provide management, labor, tools, supplies, and equipment necessary to perform the tasks listed in the attached Scope of Work.
The period of performance of the resulting agreement will be 12 months from the date of award with four available option years that can be exercised at the discretion of the Government.
The Master Blanket Purchase Agreement (BPA) does not obligate any funds. In accordance with FAR 13.303-3(a)(2), the Government is obligated only to the extent of authorized purchases made via properly executed BPA Delivery Orders made under the BPA. The BPA Master Limit is $50,000; no single BPA Delivery Order may exceed $10,000 in total cost.
Please note, there is no guarantee that any or all requirements will be issued using established BPAs, or to any BPA Contractor. When using multiple BPAs, requirements shall be competed among eligible BPA providers or rotated among eligible BPA providers at the Contracting Officer’s discretion.
Market research has found no other vendors interested and/or capable of supplying all labor, material, equipment, and services needed to fulfill each of the tasks listed in the attached scope of work within the response time requirements.
In accordance with FAR 5.207(c) (16), any other interested party may submit a Capability Statement by the closing date of this announcement, which is 5:00 PM 27 January 2026, which shall be considered by the agency for the purposes of determining whether to establish multiple blanket purchase agreements for competition or proceed with a noncompetitive action for a single source BPA to the listed small business concern.
No solicitation package will be issued. This Notice of Intent is not a request for competitive quotations; however, interested contractors may identify their interest and capability to respond to this requirement by emailing a Capability Statement to Jeremy.s.turner10.civ@army.mil by the closing date of this announcement.
Technical Inquiries and Questions: All technical inquiries and questions relating to this notice are to be submitted via email to Jeremy.s.turner10.civ@army.mil. Interested contractors shall submit questions at least 2 business days prior to the closing/response date of the notice in order to ensure adequate time is allotted to form an appropriate response and to amend the solicitation, if necessary. Offerors must review the specifications in their entirety and review the www.SAM.gov website for answers to questions prior to submission of an inquiry.
This procurement is restricted to small businesses.
The applicable NAICS code is 811210 with a Small Business Size Standard of $34,000,000.00.
The contractor will comply with the applicable wage determinations for any services performed under this award. Wage determination may be found at www.sam.gov. The wage determination in effect at the time of this award is Wage Determination No. 2015-4701, REV 31 DATED 03 DEC 2025.
Any offeror that does not have an active SAM.GOV registration will be rejected as non-responsive. The method of contractor selection has not been determined at this time.
In accordance with:
52.204-7(b)(1) System for Award Management, an Offeror is required to be registered in SAM when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.
52.204-13(c) System for Award Management Maintenance the Contractor shall maintain registration in SAM during contract performance and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement. The Contractor is responsible for the currency, accuracy, and completeness of the data within SAM, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in SAM after the initial registration, the Contractor is required to review and update on an annual basis, from the date of initial registration or subsequent updates, its information in SAM to ensure it is current, accurate and complete. Updating information in SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.
Please see attached Scope of Work for additional information.
The following FAR clauses and provisions may apply to this Master Blanket Purchase Agreement:
52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity
52.203-10 Price or Fee Adjustment for Illegal or Improper Activity
52.204-7 System for Award Management
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-13 System for Award Management Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.212-3 Offerors Representations and Certifications- Commercial Items
52.212-4 Contract Terms and Conditions - Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items
52.252-2 Clauses Incorporated by Reference
52.232-17 Interest
52.243-1 Changes-Fixed Price
Additionally, the following clauses/provisions located within FAR 52.212- 5 may apply to this Master BPA:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.219-6 Notice of Total Small Business Set-Aside
52.219-8, Utilization of Small Business Concerns
52.219-13, Notice of Set-Aside of Orders
52.219-28 Post Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor Cooperation with Authorities and Remedies
52-222-26 Equal Opportunity
52.222-50 Combating Trafficking in Persons
52.225-1, Buy American—Supplies
52.232-33, Payment by Electronic Funds Transfer System for Award Management
52.233- 3 Protest After Award
The full text of these FAR clauses can be accessed electronically at website:
https://www.acquisition.gov/browse/index/far
The following DFARS Clauses and Provisions may be applicable to this acquisition:
252.203-7000 Requirement Relating to Compensation of Former DoD officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.225-7048 Export Controlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies on Contract Payments
The full text of these DFARS clauses can be accessed electronically at website:
https://www.acquisition.gov/dfars