Opportunity

SAM #FA226326Q0002

Air Force Solicitation for Low and High Temperature Calibration Baths and Technical Data

Buyer

AFLCMC Agile Combat Systems

Posted

March 27, 2026

Respond By

April 27, 2026

Identifier

FA226326Q0002

NAICS

333415, 334516

This opportunity involves the U.S. Air Force Life Cycle Management Center (AFLCMC), AFMETCAL division, seeking new Low and High Temperature Calibration Baths and associated technical data for use at Air Force Precision Measurement Equipment Laboratories (PMELs). - Government Buyer: - Department of the Air Force, AFLCMC, AFMETCAL (Heath, Ohio) - Sub-agency: U.S. Air Force Materiel Command, AFLCMC/ROMM - Products and Quantities: - Low Temperature Calibration Baths: up to 75 units - Temperature range: -40 to 125°C, stability 0.01°C, digital display, stirring mechanism, fluid capacity up to 4.5 US gallons, compatible with Silicone Oil Type 200.05 - High Temperature Calibration Baths: up to 73 units - Temperature range: 50 to 300°C, digital display, stirring mechanism, compatible with Silicone 200.50 and Silicone 710 fluids, single calibration well with at least 18 inches immersion depth, mobile design - Bath Fluid: compatible with specified silicone oils - Technical Data Packages (TDP), Commercial-Off-The-Shelf (COTS) Manuals, and Safety Data Sheet (SDS) Reports (provided on CD/DVD in indexed PDF format) - Up to 132 copies of manuals and SDS reports to be furnished and packed with each production unit - Notable Requirements: - All units must be new, commercial or COTS items (no used, remanufactured, or reconditioned units) - Compliance with detailed purchase descriptions (25M-074A-TE Rev. 2 and 25M-074B-TE Rev. 3) - One-year OEM warranty included with each unit - Technical data and manuals must meet specific formatting and content standards (e.g., MIL-STD-31000B, DI-TMSS-80527D, OSHA SDS compliance) - No refrigerants with high global warming potential allowed in high temperature baths - Unique identification and compliance with environmental and safety regulations required - Firm fixed pricing; options for additional units through FY30 - Delivery and Place of Performance: - Primary delivery and inspection at AFMETCAL, 813 Irving Wick Dr W Bldg Horton, Heath, OH 43056-6116 - Additional deliveries to Air Force PMEL locations as specified - OEMs and Vendors: - No specific OEMs or vendors are named; solicitation is open to all qualified manufacturers of compliant calibration baths

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.201, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Revolutionary FAR Overhaul (RFO) and DFARS Revolutionary FAR Overhaul Class Deviations (R-DFARS). The RFO regulations are available electronically at the RFO site, https://www.acquisition.gov/far-overhaul/far-part-deviation-guide. The R-DFARS site are available electronically at https://www.acq.osd.mil/dpap/dars/dfars_far_overhaul_class_deviations.html. This announcement constitutes the only solicitation for which a Request for Quotation (RFQ) will be issued. It is the offeror's responsibility to monitor this site for the release of amendments (if any).   

The RFQ number is FA226326Q0002 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334516 and the business size standard is 1000 employees. This RFQ is being solicited as Full and Open Competition.

AFMETCAL at Heath OH intends to award a firm-fixed price contract under Simplified Acquisition Procedures (SAP) in accordance with FAR Part 12-Acquisition of Commercial Items, for the purchase of Low Temperature Calibration Baths and High Temperature Calibration Baths, associated data, and one (1) year OEM warranty.

The anticipated quantity for this acquisition is 75 units of the Low Temperature Calibration Bath and 73 units of High Temperature Calibration Baths, including options.

Products offered shall be commercial items or commercially available off-the shelf (COTS) items meeting the definitions in FAR Part 2. Items proposed shall be new units. Reconditioned, remanufactured, or used items are not acceptable and shall not be proposed. The units must meet the requirements of Purchase Descriptions (PD) 25M-074A-TE, Rev. 2, dated 16 June 2025 and 25M-074B-TE, Rev. 3, dated 16 June 2025. The RFQ, PDs, DD 1423 Data Requirements, and other applicable solicitation attachments are available for download at this site.  Please review ALL documents carefully.

IMPORTANT NOTICE TO OFFERORS: All prospective awardees are required to register at SAM and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area WorkFlow (WAWF) through Procurement Integrated Enterprise Environment (PIEE) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at https://wawf.eb.mil. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/

Offers MUST: (1) be valid for 90 days, (2) be for the item described in the PDs (List of Attachments, Attachments 1 and 2), (3) be for a new unit (not reconditioned, remanufactured, or used unit), (4) be FOB Destination to PMEL locations listed in solicitation, (5) include a delivery schedule, if unable to meet delivery schedule in Deliveries and Performance section, (6) include name of and be signed by an authorized company representative along with     telephone number, facsimile number, and email address, (7) include taxpayer identification number (TIN), CAGE Code Number and DUNS     Number, (8) include a technical proposal that includes a written line-by-line response to the PDs, (9) include copy of commercial price list, (10) include a copy of the proposed one (1) year OEM warranty, (11) include completed Supplies or Services and Price/Cost section,  (12) include completed Total Evaluated Price worksheet (13) completed Offeror Representations and Certifications – Commercial Items. Offerors shall ensure information in SAM is current.

The Government reserves the right to incorporate the successful offeror’s technical proposal into any contract resulting from this solicitation.

Offers must be received no later than 27 April 2026 at 2:00 PM EST. Offerors shall submit electronic files to DoD SAFE, https://safe.apps.mil following the instructions provided in Instructions to Offerors (Attachment 4) of the RFQ, under Electronic Proposal Submission. Offers submitted in forms other than through DoD Safe are not permissible and will not be considered.  

Please note that the uploaded files must be timestamped by the offer due date and time. Offerors bear the risk for receipt of submitted offers being untimely. Offerors shall allow sufficient time for receipt of electronic submissions by the due date and time. All responsible sources may submit an offer, which if received timely shall be considered by this agency.

View original listing