Torque Calibration System Upgrade 250-2000 lbf-ft
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 for a Torque Calibration System Upgrade (250-2000 lbf-ft) via a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. This is a sole-source procurement under RFO 6.103, with an unrestricted set-aside designation. Offers are due by May 7, 2026, at 2:00 PM EDT.
Scope of Work
This opportunity is for the purchase of new, commercial or COTS Torque Calibration System Upgrade units, meeting the requirements of Purchase Description (PD) 26M-012A-TQ Rev. 0. Key deliverables include:
- First Production Unit: Torque Calibration System, COTS manual, and commercial engineering design data.
- Production Units: Multiple units, each with a COTS manual.
- OEM Warranty: A two-year OEM warranty is required for all units.
- Item Unique Identification (IUID): Required for items with a Government unit acquisition cost of $5,000 or more.
Contract & Timeline
- Contract Type: Firm-Fixed Price IDIQ under Simplified Acquisition Procedures.
- Ordering Period: June 1, 2026, through September 30, 2030 (five years).
- Estimated Quantity: Best Estimated Quantity (BEQ) of 42 units, with a minimum order of one (1) unit. No single order can exceed 42 units.
- NAICS Code: 334516 (1,000 employees size standard).
- Set-Aside: Sole-source procurement, unrestricted.
- Offer Due Date: May 7, 2026, 2:00 PM EDT.
- Offer Validity: Offers must be valid through June 30, 2026.
- Published Date: April 7, 2026.
Submission & Evaluation
Offers must be submitted electronically via DoD SAFE (https://safe.apps.mil) following instructions in Attachment 4. Submissions via email are not permissible. Offerors must request a DoD SAFE drop-off code from Christine Patterson (christine.patterson.1@us.af.mil) or Michael Hickey (michael.hickey.2@us.af.mil).
Proposals require two volumes:
- Volume I: Completed RFQ with Pricing (including a completed Total Evaluated Price Worksheet - Attachment 5).
- Volume II: Technical Proposal (including a line-by-line response to the Purchase Description - Attachment 1).
Evaluation Factors: Technical Acceptability and Price. The Government reserves the right to award without discussions.
Additional Notes
- All prospective awardees must be actively registered in SAM.gov.
- Payment will be processed through Wide Area WorkFlow (WAWF) via PIEE.
- Anticipated delivery locations are primarily Air Force bases across the U.S. (Attachment 3), and offerors should account for FOB Destination costs.