Medical Equipment Calibration
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 requirement is being issued as 100% Small Business Set-aside (Ref: FAR 19.5)
This requirement will be competed and awarded under Federal Acquisition Regulation (FAR) Part 13 Simplified Acquisition Procedures and FAR Part 12 – Acquisition of Commercial Products and Commercial Services.
Description of the Service Requested: This is non-personal service contract to inspect, calibrate and repair 75 piece of equipment for the Maine Army National Guard Aviation Support Facility (MEAASF), located in Bangor, Maine. 04401. The manufacturers are Zoll, WelcyAllyn, Carefusion, Impact and Hamilton.
The North American Industry Classification System (NAICS) Code for the service is 811210 – Electronic and Precision Equipment Repair and Maintenance.
The Small Business size standard is $34 Million average annual revenue for the previous three years.
Period of Performance is 2 February 2026 through 27 February 2026.
Performance shall be completed at Government’s facility.
The United State Property and Fiscal Office (USPFO) for Maine intends to issue a Request for Quote (RFQ) under W912JD26QA004 and intends to award one (1) contract action resulting in the Request for Quote (RFQ).
This is not a request for quotes at this time. The solicitation requirements and contract documents include instructions for submission, and the response date will be available on or about December 9, 2025. Neither telephonic, mailed nor faxed requests for hard copies of this solicitation will be accepted. The solicitation will only be available online; in order to download the solicitation offerors must access the Contract Opportunities website (www.SAM.gov).
QUESTIONS REGARDING THE PROCUREMENT WILL NOT BE ANSWERED DURING THE PRESOLICITATION PHASE. SUBMIT QUESTIONS TO THE CONTRACT SPECIALIST AFTER THE SOLICITATION AND ASSOCIATED DOCUMENTS HAVE BEEN POSTED.
Disclaimer: This pre-solicitation synopsis is for informational purposes only and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor will it accept proposals as a result of this synopsis. The Government will not reimburse the cost of any submission in response to this announcement--the entire cost of any submission will be at the sole expense of the source submitting the information. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this synopsis is strictly voluntary.
ALL VENDORS MUST HAVE AN ACTIVE REGISTRATION IN SAM.GOV AT THE TIME OF SUBMISSION IN ORDER TO BE CONSIDERED. ANY VENDOR THAT DOES NOT HAVE AN ACTIVE SAM.GOV REGISTRATION WILL BE REJECTED AS NON RESPONSIVE.