Resistance Transfer Standard
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 Air Force (AFMETCAL) is soliciting proposals for a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for Resistance Transfer Standards. This acquisition, under Simplified Acquisition Procedures (SAP), aims to procure precision resistor systems for metrology-grade measurements, replacing legacy models. The contract has an anticipated Best Estimated Quantity (BEQ) of 77 units over five years. Proposals are due May 15, 2026, at 2:00 PM EDT.
Scope of Work
The requirement is for new, commercial, or COTS Resistance Transfer Standards, consisting of six boxes of precision resistors (1 Ω to 100 kΩ). These units must offer metrology-grade repeatability, low hysteresis, and low impedance connections, meeting the detailed specifications in Purchase Description (PD) 26E-009A-DC Rev. 3. Key technical requirements include specific nominal values, tight tolerances (e.g., ≤20 ppm for 6 months), stability, temperature/power coefficients, and mechanical specifications. Resistors below 100 kΩ must be oil-filled and hermetically sealed.
Deliverables include:
- One (1) unit for proposal evaluation, delivered to AFMETCAL, Heath, OH.
- Production units (minimum 2, maximum 10 per month) delivered to PMELs.
- Data requirements per DD Form 1423, including COTS Manuals, Calibration Certificates, and Engineering Design Data.
- Unique Item Identification for items costing $5,000 or more.
Contract & Timeline
- Contract Type: Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ)
- Set-Aside: Full and Open Competition (Unrestricted)
- NAICS Code: 334515 (750 employees size standard)
- Period of Performance: Award through September 30, 2030
- Estimated Quantity: 77 units over five years (minimum 1 unit)
- Place of Performance: AFMETCAL, Heath, OH (for evaluation unit); various Air Force/ANG bases for production units (FOB Destination).
- Proposal Due: May 15, 2026, 2:00 PM EDT
- Proposal Validity: Through July 31, 2026
- Published Date: March 31, 2026
Submission Requirements
Offers must be submitted electronically via DoD SAFE (https://safe.apps.mil/) by the deadline. Required proposal components include:
- A commercial or COTS unit for evaluation.
- Technical proposal with a line-by-line response to the PD.
- Commercial price list, warranty, and technical support details.
- Completed Supplies or Services and Price/Cost section.
- Completed Total Evaluated Price Worksheet (Attachment 6).
- Offeror Representations and Certifications.
- Company details (TIN, CAGE, DUNS, authorized representative).
- Delivery schedule. Offerors must be registered and maintain active registration in SAM.gov and use WAWF for electronic payments.
Evaluation Factors
Award will be based on Best Value to the Government, with Technical factors significantly more important than Price.
- Technical Factor:
- Subfactor 1: Purchase Description Technical Requirements (must be Acceptable).
- Subfactor 2: Enhanced Capabilities (rated Outstanding, Good, or Neutral).
- Price Factor: Evaluated for completeness, reasonableness, and unbalanced pricing. The Government reserves the right to award without discussions and may select a higher-rated, higher-priced offer if technical superiority warrants.
Contact Information
Primary Point of Contact: Christine Patterson (christine.patterson.1@us.af.mil)