Textile Weathering Lab Equipment Maintenance and Service (TMET)

Project ID: W911QY-26-R-TMET FederalOpportunitiesSynopsis Solicitation
Overview
AgencyACC Aberdeen Proving Ground
Deadline03/20/26
Posted03/05/26
Estimated Value$35,000 - $75,000 (AI estimate)
Set AsideSmall Business
NAICS541380 - Testing Laboratories and Services
PSCJ066 - Maint/Repair/Rebuild Of Equipment- Instruments And Laboratory Equipment
LocationNatick, MA 01760 United States
Description
Primary Latest Change

DESCRIPTION OF REQUIREMENT

The contractor's primary focus shall be to conduct preventative maintenance and certification of calibration for the following equipment models (internal-generated bar code in parentheses): - Atlas LLC model numbers CI4000 (63897, serial 25313), CI35F (18811), M222QTP, SDL Atlas model numbers LHT (10399), M228AA (80160), M6 (98236, 98237, 98238), Pellerin model number 36026Q6P (46580) The contractor shall provide the above equipment a service plan that includes monthly preventative maintenance visits with a certificate of calibration every 6 months or as needed for CI4000 (63897, serial 25313), CI35F (18811), M222QTP (QTP222), and M6 (98236, 98237, 98238), The service shall provide assurance that the systems meet the specified requirements for weathering, fading, and laundering. The contractor shall provide yearly service for the SDL Launder-Ometer LHT (10399), M228AA (80160), Pellerin Milnor 36026Q6P (46580) and the HRO-400 and HRO-200 Harris-Millipore Systems. The contractor shall provide parts as needed during the service.

SUBMISSION REQUIREMENTS

The Government will evaluate all submitted responses in accordance with the submission and evaluation criteria described herein. Proposals should be prepared simply and provide concise description of capabilities to satisfactorily perform all requirements. Responses to this announcement shall include: 1. A Firm Fixed Price (FFP) Quote, inclusive of all charges and with FOB destination shipping terms, for the requirement stated above. The Quote shall not include taxes (tax exempt certificate may be provided to the awardee upon request). The response to this solicitation shall include company name and address, CAGE code, DUNS number, Point of Contact (POC) name and e-mail address, and acknowledgement of amendments to this solicitation (if any). 2. The Offferor shall include with its quote a clear demonstration and understanding of the technical requirements as defined in the Statement of Work (SOW) - i.e., technical performance requirements related to the specific maintenance and calibration of the defined specialized equipment, personnel qualifications and experience, and compliance with deliverables. 3. As prescribed in DFARS 252.204-7007, interested parties must be registered with System for Award Management (SAM) under the NAICS 541380. Representations and certifications must also be on record. These registrations can be done through the System for Award Management (SAM) at https://www.sam.gov. Contractors are encouraged to complete SAM registration filing as soon as possible; the Government may not delay award for the purpose of allowing a contractor time to register in SAM.

Summary (Newest Update)

Background The US Army Combat Capabilities Development Command Soldier Center (DEVCOM SC) has a requirement for preventative maintenance and certification of calibration on various equipment models. The goal of this contract is to ensure equipment reliability, compliance with manufacturer and ISO requirements, and minimize downtime impacting research operations. This solicitation is a 100% small business set-aside. Work Details The contractor's primary focus shall be to conduct preventative maintenance and certification of calibration for the following equipment models: Atlas LLC model numbers CI4000 (63897, serial 25313), CI35F (18811), M222QTP, SDL Atlas model numbers LHT (10399), M228AA (80160), M6 (98236, 98237, 98238), Pellerin model number 36026Q6P (46580). The contractor shall provide a service plan that includes monthly preventative maintenance visits with a certificate of calibration every six months or as needed for specific models. The service shall ensure that the systems meet specified requirements for weathering, fading, and laundering. Yearly service is required for SDL Launder-Ometer LHT (10399), M228AA (80160), Pellerin Milnor 36026Q6P (46580) and the HRO-400 and HRO-200 Harris-Millipore Systems. The contractor shall provide parts as needed during the service. All services must comply with manufacturer specifications, applicable ISO standards, and Army regulatory requirements. Period of Performance The contract is intended to be awarded for a twelve-month period with four optional twelve-month periods, subject to the availability of funding. Place of Performance The services will be performed at the DEVCOM Soldier Center located in Natick, MA.

Contacts
Contact nameKaylie Silva
Contact emailkaylie.j.silva.civ@army.mil
Contact phone(520) 692-1439
Secondary contact nameLyndon Jagroop
Secondary contact emaillyndon.s.jagroop.civ@army.mil
Secondary contact phone(347) 676-8382
Same Region Opportunities

LS-DYNA Software Renewal

Agency: Department of the Army

Location: Natick, Middlesex, Massachusetts

NAICS: Not Provided