Opportunity
SAM #WX01863Y2026T
Sole Source Calibration Services for TSI Portacount Devices at FEMA CDP Anniston, AL
Buyer
FEMA Preparedness Section
Posted
May 12, 2026
Respond By
May 19, 2026
Identifier
WX01863Y2026T
NAICS
811219, 334519
This notice announces FEMA's intent to award a sole source contract for calibration services of TSI Portacount devices at the Center for Domestic Preparedness in Anniston, Alabama. - Sole source procurement to TSI Inc. for calibration services - TSI Inc. is the OEM and only responsible source identified - Requirement covers calibration of 20 TSI Portacount devices - Place of performance: Center for Domestic Preparedness (CDP), Anniston, AL - NAICS code: 334519 (Other Measuring and Controlling Device Manufacturing) - No set-aside restrictions; open to all business sizes - Interested parties may submit capability statements to challenge sole source determination - No formal solicitation document; responses used to assess competition - Period of performance: one year, anticipated late July start - Contracting office located in Washington, DC - Service required: calibration of TSI Portacount devices - Estimated contract value likely in the low five-figure range - TSI Inc. is the primary OEM; competitors may include manufacturers of similar calibration services - Key requirement: OEM-certified calibration for safety equipment used in training
Description
The U.S. Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA) intends to negotiate on a sole source basis pursuant to Federal Acquisition Regulations (FAR) 12.1, FAR Class Deviation 25-21 and in accordance with RFO FAR 12.102(a) [1], with TSI Inc, 500 Cardigan Road, Shoreview, MN, 55126. TSI, Inc is the only responsible source that is capable of providing TSI Portacount calibration services for 20 Portacounts used at the Center for Domestic Preparedness (CDP), Anniston, AL. The anticipated period of performance is 07/30/2026 – 07/29/2027.
This acquisition is being conducted IAW RFO FAR Part 12 Acquisition of Commercial Products and Commercial Services. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 334519 with a Small Business Size Standard of 600 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received within seven (7) days after publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Amanda Belden, amanda.belden@fema.dhs.gov. Statements are due by 2:00 PM eastern, May 19, 2026. No phone calls accepted.
[1] FAR Class Deviation 25-01, for FAR Part 12, Rev. 1 was issued as part of the Revolutionary FAR Overhaul (RFO), which was implemented in response to Executive Order 14275, Restoring Common Sense to Federal Procurement, signed April 15, 2025. Any subsequent citations to FAR Part 12 in this document will be cited as “RFO FAR” for brevity, and are referring specifically to FAR Class Deviation 25-01, Rev. 1 for FAR Part 12.