**Solicitation amended on 16 April 2025 to attach a Question and Answer document.
This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice for Calibration Services to ISO 17025 standards. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
The US Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) Geotechnical and Structures Laboratory (GSL) in Vicksburg, MS intends to award multiple, up to three, Master Blanket Purchase Agreements (BPA) in order to facilitate Calibration Services. A BPA is a simplified method of filing anticipated repetitive needs for supplies or services by establishing “charge accounts” with qualified sources of supply. Pursuant to Federal Acquisition Regulation (FAR) 13.303, Blanket Purchase Agreements (BPAs), the Contractor agrees to the identified terms and conditions for a BPA to provide the required Calibration Services. Should a vendor hold an existing Master BPA for these services, a BPA Call may be issued.
The Government anticipates this solicitation will result in multiple BPA awards, up to three. Ordering shall be for a period of five years or a total combined amount of $285,000.00 in capacity is utilized unless earlier termination. The Contractor shall furnish all items necessary to supply the calibration services to GSL in accordance with the attached Performance Work Statement (PWS).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. This procurement is being competed as 100% Small Business set aside utilizing the North American Industry Classification System Code (NAICS) 811210, Electronic and Precision Equipment Repair and Maintenance, with a size standard $22 million. This procurement is being conducted in accordance with regulations at FAR Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures, and FAR 13.303, Blanket Purchase Agreements.
The Master BPA does not obligate any funds. The government shall be obligated only to the extent of authorized orders actually utilized via a properly executed BPA Call. The Government estimates, but does not guarantee, that the total volume of purchases through this agreement will be a combined $285,000.00 over a 5-year period. Individual purchases shall not exceed $250,000.00. There shall be no guaranteed minimum or maximum order limits established and no guaranteed dollar amount of expenditures with the vendor. Actual purchases will be made via properly executed BPA Calls. All BPA Calls will be initiated at the time the services are needed by a warranted Contracting Officer, a warranted Micro-purchase Contracting Officer, or a BPA Ordering Authorized Individual.
The Performance Work Statement (PWS) for the BPA Call is attached to this solicitation. Offerors shall provide a quote for the BPA Call.
In accordance with FAR 52.212-2 - Evaluation -- Commercial Items, the Government will award up to three agreements resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers:
1) Technical – Providing items that at least meet the minimum specifications as defined in the PWS. Technical documentation is required to show the type of services proposed in the contractors offer.
2) Price - Price will be evaluated to determine the award of the BPA call.
Basis of Award: Award(s) will be made to the three offerors that are technically acceptable and provide the lowest quote as stated above. Failure to submit sufficient information for the Government to determine technical capability and quoted price may be cause for rejection of your quote. The Government intends to evaluate offers and award up to three agreements without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
Pursuant to FAR 52.204-7(b), System for Award Management, offerors must be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If an offeror is not registered in SAM at the time of the offer, its offer will not be considered for award. You may register electronically at http://www.sam.gov.
Before a complete evaluation of your quote can be made the Offeror must provide "Offeror Representations and Certifications" for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration must print, complete, and include FAR Clause 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004), Offeror Representations and Certifications - with their quote package.
It will be the offeror’s responsibility to frequently check the www.Sam.gov website where the synopsis/solicitation is to be posted for any amendments/changes to the RFQ and closing date. Any offers submitted after the response date and time will be considered late and will not be evaluated.
The following FAR clauses and provisions will apply to this acquisition:
52.203-3 Gratuities
52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.204-26 Covered Telecommunications Equipment or Services—Representation
52.209-7 Information Regarding Responsibility Matters
52.212-1 Instructions to Offerors-Commercial Items
52.212-3 Offerors Representations and Certifications- Commercial Items (DEVIATION 2025-O0003 and DEVIATION 2025-O0004)
52.212-4 Contract Terms and Conditions – Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items (DEVIATION 2025-O0003 and DEVIATION 2025-O0004)
52.222-37 Employment Reports on Veterans
52.222-40 Notification of Employee Rights Under the National Labor Relations Act
52.246-2 - Inspection Of Supplies--Fixed Price
52.247-34 - F.O.B. Destination
52.252-2 Clauses Incorporated by Reference
Additionally, the following clauses/provisions located within FAR 52.212- 5 may apply to this acquisition:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.219-14 Limitations on Subcontracting
52.219-28 Post Award Small Business Program Representation
52.219-6 Notice of Total Small Business Set-Aside
52.222-3 Convict Labor
52.222-19 Child Labor Cooperation with Authorities and Remedies
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-6 Drug Free Workplace
52.223-10 Waste Reduction Program (DEVIATION 2025-O0004)
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33 Payment by Electronic Funds Transfer – System for Award Management
52.233- 3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
The full text of these FAR clauses can be accessed electronically at website:
https://www.acquisition.gov/browse/index/far
The following DFARS Clauses and Provisions may be applicable to this acquisition:
252.203-7000 Requirement Relating to Compensation of Former DoD officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD officials
252.211-7003 Item Unique Identification and Valuation
252.204-7003 Control Of Government Personnel Work Product
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing Of Contract Modifications
The full text of these DFARS clauses can be accessed electronically at website:
https://www.acquisition.gov/dfars
Responses should be submitted via email to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil no later than 3:00pm Central Standard Time on Friday, 24 April 2025.