Opportunity

SAM #W911KF-26-S-0018

Army Depot Seeks Annual Service and Calibration for FARO Measurement Equipment

Buyer

Anniston Army Depot

Posted

May 13, 2026

Respond By

May 27, 2026

Identifier

W911KF-26-S-0018

NAICS

811210, 811219

The U.S. Army Contracting Command at Anniston Army Depot is seeking industry input for a multi-year contract to service, calibrate, and maintain FARO precision measurement equipment at the depot. - Government Buyer: - U.S. Army Contracting Command, Anniston Army Depot (ACC-DTA, W6QK ACC ANAD) - OEM Highlight: - FARO Technologies Inc. is the sole OEM for all equipment and services requested - Vendors: - FARO Technologies Inc. (OEM and service provider) - Products/Equipment Requested: - FARO Quantum Max Arm (Part Number: A20-MS-23-49014, Qty: 1) - FARO Vantage Laser Tracker (Part Number: V20001706472, Qty: 1) - FARO Arm (Part Number: E12-05-17-15054, Qty: 1) - FARO Arm (Part Number: E12-05-15-12836, Qty: 1) - FARO Tracker (Part Number: V01001304257, Qty: 1) - Services Requested: - Annual certification/calibration, preventive maintenance, repair parts, labor, emergency repairs, adjustments, cleaning, and calibration for all listed FARO equipment - Standard Service Plan, upgrades, and warranty coverage for one year from contract award - Emergency repair and upgrades as needed - Unique/Notable Requirements: - All services must be performed on FARO equipment located at Anniston Army Depot - Shipping to the manufacturer is handled by the depot, with shipping costs included in service pricing - Respondents must provide capability statements, past performance, and input on contracting strategy and transition planning - Contract includes a base year plus three option years (total of four years), with annual service required

Description

REQUEST FOR INFORMATION

Anniston Army Depot

Service/Calibration of FARO Equipment

Description

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes and does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. If a solicitation is released, it will be synopsized in the same manner as this notice, at beta.sam.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

Background

This requirement is for the re-certification, calibration, emergency repair, repair parts, upgrades, and Standard Service Plan of all FARO® equipment located at Anniston Army Depot (ANAD). See Attachment 1 – Statement of Work. Period of Performance: Oct 2026 – Oct 2031.

3.0 Requested Information

3.1 Capability Statement, which includes any past performance examples of similar projects.

3.2 Recommended Contracting Strategy

3.3 Input/Responses on the following:

3.3.1 Are there enough details to assemble an accurate hardware price? If not, please identify shortcomings or other necessary information.

3.3.2 Are there enough details to assemble an accurate software and integration/installation price that will meet the Government’s requirement? If not, please identify shortcomings or other necessary information.

3.3.3 What additional information, if any, would be necessary to formulate a transition plan?

3.3.4 What sections, if any, require additional definition in order to properly specify your product?

3.3.5 Is the estimated Period of Performance time sufficient? If not, what would your firm propose?

3.3.6 Any additional questions/concerns/input your firm may have in regards to this Statement of Work (SOW).

4.0 Responses

4.1 Interested parties are requested to respond to this RFI via MS Word document by responding to the Point of Contact (POC) below.

4.2 Responses are due no later than 27 May 26 AT 10 AM CST. Responses shall be limited to those items referenced in section 3.0 and 4.3 and shall be submitted via e-mail only to christopher.r.wells36.civ@army.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.

4.3. Responses shall provide administrative information, and shall include the following as a minimum:

4.3.1 Company Name, mailing address, and CAGE code.

4.3.2 Name, mailing address, phone number, and e-mail of designated point of contact.

4.3.3 Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 811210-Electronic and Precision Equipment Repair and Maintenance Size Standard $34.0 MIL.  

5.0 Industry Discussions

Anniston Army Depot representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements and any other items specified herein.

6.0 Questions

Questions regarding this announcement shall be submitted in writing by e-mail to christopher.r.wells36.civ@army.mil. Verbal questions or phone calls will NOT be accepted. Questions will be answered by posting responses to the beta.sam.gov website. Accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 27 May 26 will be answered.

7.0 Summary

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Service/Calibration of FARO Equipment. The information provided in the RFI is subject to change and is not binding on the Government. The Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.

View original listing