Diesel Standby Generator Tooele Air Center
Agency: BLM Utah Region
Location: Tooele, Utah
NAICS: 238210
| Agency | MICC Dugway Proving Ground |
|---|---|
| Deadline | 03/03/26 |
| Posted | 02/18/26 |
| Estimated Value | $50,000 - $200,000 (AI estimate) |
| Set Aside | Small Business |
| NAICS | 541380 - Testing Laboratories and Services |
| PSC | J052 - Maint/Repair/Rebuild Of Equipment- Measuring Tools |
| Location | Tooele, UT 84074 United States |
THIS IS A Sources Sought Notice ONLY. The Mission and Installation Contracting Command (MICC), Dugway Proving Ground (DPG) Installation Contracting Office (ICO) desires to procure ISO 17025 Accredited Calibration Services on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE), sam.gov. It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The anticipated NAICS code is 334519, Other Measuring and Controlling Device Manufacturing, with a size standard of 600 employees.
The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform ISO 17025 Accredited Calibration Services in the Chemical Test Division (CTD). Specific tasks are outlined as follows: - Provide ISO 17025 accredited calibration services four times per year, with each visit potentially spanning multiple days, as scheduled by the Government. - Provide annual on-site calibration services at CTD for analytical balances, flow meters, and flow controllers, and biennial calibration for digital thermometers, using the contractor's own calibration equipment. - Provide calibration services for each weight sets every three years, with the flexibility for calibration to be performed either on-site or off-site, including all associated shipping costs in the contract price. - Deliver a detailed ISO 17025 compliant report of calibration for each instrument, along with a physical stamp indicating the new calibration date and accreditation. Equipment will be calibrated annually, except for digital thermometers (every two years) and weight sets (every three years). - Offer a flexible contract capable of accommodating changes in the Government's equipment inventory. The contract shall allow for the annual adjustment of the amount of equipment calibrated, through the addition of new equipment and/or removal of obsolete equipment. - Provide all-inclusive pricing covering calibration services, travel expenses, and shipping costs to and from Dugway for weight sets (if applicable). Refer to that attached Souces Sought document and Performance Work Statement (PWS) for equipment list details that is require calibration by the contractor. The full details of the requirement are provided in the attached draft Performance Work Statement (PWS) and Performance Requirement Summary (PRS). Note: Refer to section 1.6.11 Special Qualifications or Certification's in the Performance Work Statement (PWS) and provide confirmation documentation that your company can meet these requirements. Qualified companies are encouraged to respond. Responses should provide the following information in response to the sources sought announcement: 1. Name of the firm, point of contact, phone number, email address, commercial activity/government entity (CAGE) code, Unique Entity Identifier (UEI) number, corresponding NAICS code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Please submit your capabilities regarding the salient characteristics being provided and any information pertaining to equal items to establish capabilities for planning purposes. Provide recommendations to improve the Army's specifications for acquiring the identified items. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information to help determine if the requirement (items) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (including size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Notification. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. Interested parties are requesting to submit a capabilities statement (not to exceed 5 pages in length) and shall enter ISO 17025 Accredited Calibration Services in subject line of email. The deadline for the response to this notification is no later than 3:00 PM, Mountain Standard Time (MST) on March 3, 2026. The point of contract concerning this sources sought notification is Mr. Nicholas Rowton, Contract Specialist at (435) 831-2620, or email nicholas.j.rowton.civ@army.mil. Telephone inquiries will not be accepted, receipt of submissions will not be acknowledged, and no feedback will be provided to companies regarding their submissions.
Background The Mission and Installation Contracting Command (MICC) at Dugway Proving Ground (DPG) is seeking to procure ISO 17025 Accredited Calibration Services. This initiative is aimed at small businesses, encouraging participation from various socioeconomic categories including 8(a), Small Disadvantaged Business, HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Businesses. The goal is to identify capable firms that can meet the requirements at a fair market price. Work Details The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform ISO 17025 Accredited Calibration Services in the Chemical Test Division (CTD). Specific tasks include: - Providing ISO 17025 accredited calibration services four times per year, with each visit potentially spanning multiple days as scheduled by the Government. - Conducting annual on-site calibration services for analytical balances, flow meters, and flow controllers; biennial calibration for digital thermometers using the contractor’s own calibration equipment. - Performing calibration services for weight sets every three years with options for on-site or off-site calibration including shipping costs in the contract price. - Delivering detailed ISO 17025 compliant reports of calibration for each instrument along with a physical stamp indicating the new calibration date and accreditation. - Offering a flexible contract that accommodates changes in the Government’s equipment inventory allowing annual adjustments for new or obsolete equipment. - Providing all-inclusive pricing covering calibration services, travel expenses, and shipping costs. Place of Performance The contract will be performed at Dugway Proving Ground (DPG), Utah.
| Contact name | Nicholas J. Rowton |
|---|---|
| Contact email | nicholas.j.rowton.civ@army.mil |
| Contact phone | (435) 831-2620 |
| Secondary contact name | Paul E. Frailey |
| Secondary contact email | paul.e.frailey.civ@army.mil |
| Secondary contact phone | (435) 831-2587 |
Agency: BLM Utah Region
Location: Tooele, Utah
NAICS: 238210
Agency: MICC Dugway Proving Ground
Location: Tooele, Utah
NAICS: 541380
Agency: BLM Utah Region
Location: Tooele, Utah
NAICS: 238210
Agency: BLM Utah Region
Location: Tooele, Utah
NAICS: 238210