This is a SOURCES SOUGHT announcement; market survey for information purposes only, to be used for preliminary planning purposes. No quotes are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers(USACE) - Humphreys Engineer Center Support Activity (HECSA) has been tasked to solicit for an award to provide calibration services for test, measurement, and diagnostic equipment in support of the Prime Power School (USAPPS).
Location: Fort Leonard Wood, Missouri.
A draft Performance Work Statement (PWS) describing the services required has been attached. The proposed contract is expected to be a Firm Fixed Price contract procured using simplified acquisition procedures. The estimated period of performance is one year from the date of award and one option year.
Interested vendors with North American Industry Classification System (NAICS) code 811219, Other Electronic and Precision Equipment Repair Maintenance are encouraged to submit a capability package. This is open to all business sizes; however, the Government is particularly interested in small business vendors that may be capable of supporting this
requirement.
The capability packages for this sources sought market survey are not expected to be quotes, but rather statements regarding the company's existing experience in relation to the areas specified in the attached document. It is asked that interested parties respond to this sources sought synopsis with the following information:
• Organization name or names if a teaming arrangement is proposed, location, CAGE Code, point of contact (email address; phone number).
• Socioeconomic Status as reflected in beta.SAM.gov; In order for USACE- HECSA to assess set-aside possibilities under the NAICS code specified above, interested firms shall identify their company as one or more of the following:
1) small business;
2) 8(a) business;
3) HUBZone small business;
4) small disadvantaged business;
5) woman-owned small business;
6) service-disabled, veteran-owned small business; or
7) large business.
• Company's capability to provide the required products to include, but not limited to:
(1) Comments on the attached draft PWS.
(2) Information regarding the industry standards for the services listed in the PWS.
(3) Examples of comparable work performed within the past 3 years with a brief description of the project(s), customer name(s), contact information and dollar value of the project(s). Include a point of contact for each reference.
(4) Mobile delivery services with onsite calibration services. Is there a fee for mobile delivery services?
(5) Shipping to and from the USACE Prime Power School to the contractor’s facility.
(6) Documentation of out-of-tolerance handling and interval control.
(6) Identify challenges and risks associated with meeting the requirements listed in the draft PWS and how your organization would minimize those risks. For example, address emergency/expedited services where applicable.
(7) A rough order of magnitude estimate for all the required supplies and lead time.
This market survey is for informational and planning purposes only and does not constitute a Request for Quote (RFQ). It is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. Interested companies shall respond to this sources sought notice no later than 4 PM EST on 08 August 2025.
Responses can be submitted via email to Mrs. Giorgiana Chen,Giorgiana.Chen@usace.army.mil and Mr. Gregory Booker, Gregory.B.Booker@usace.army.mil.