Vibration Chamber System Maintenance & 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.
Quick Summary
The Department of the Army, MICC-Dugway Proving Ground, is soliciting proposals for Vibration Chamber System Maintenance & Calibration services. This Firm Fixed Price (FFP) contract covers the Multi-Shaker vibration system and its subsystems at Dugway Proving Grounds, Tooele, UT. This opportunity is a Total Small Business Set-Aside (FAR 19.5). Proposals are due May 12, 2026, by 12:00 PM MDT.
Scope of Work
The contractor shall provide all personnel, equipment, and services necessary for the maintenance and calibration of the Multi-Shaker Vibration Chamber System. Key services include:
- Preventative Maintenance Program: Adherence to the Spectral Dynamics Preventative Maintenance Program manual, performed after 1000 hours of operation or every six months.
- System Support: Extended warranty, software updates, and onsite calibration for Jaguar Systems (2580-1325 and 2560-1368).
- Technical Assistance: Jaguar Controller technical support and phone support.
- Onsite Presence: Two annual visits for regular maintenance and two emergency call-outs for repairs.
- Parts Provision: Supply all necessary service replacement parts, filters, oils, and seals.
- Personnel: All work must be performed by qualified and experienced Spectral Dynamics Shaker System Technicians.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: One (12-month) Base Year (June 3, 2026 - June 2, 2027) plus four (4) 12-month option periods, extending potentially through June 2, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: J066 - Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment
- Place of Performance: Dugway Proving Grounds, Tooele, UT 84074
- Response Due: May 12, 2026, 12:00 PM MDT
- Published Date: April 28, 2026
Submission & Evaluation
Offerors must submit a completed and signed SF1449, with blocks 30a, 30b, and 30c filled. Pricing, fully burdened to include labor, overhead, parts, materials, travel, and lodging for all CLINs across the base and option periods, must be annotated on pages 2, 3, and 4 of the SF1449. Electronic submissions via email are preferred. The Government intends to award without discussions, so offerors should submit their best proposal initially. Award will be made to the responsible offeror whose offer is most advantageous to the Government, considering price, technical capability, and other factors. Performance will be monitored with a 100% Acceptable Quality Level (AQL) for all services, with incentives for exceptional performance and disincentives for failures.
Contact Information
All inquiries must be submitted in writing to the Contract Specialist, Nicholas J. Rowton (nicholas.j.rowton.civ@army.mil).