Closed Solicitation · DEPT OF DEFENSE

    MATERIAL TEST SYSTEM (SOLE SOURCE)

    Sol. FA822725Q4910Combined Synopsis/SolicitationSet-aside: 8(a) Sole Source (FAR 19.8)HILL AFB, UT
    Closed
    STATUS
    Closed
    closed Dec 15, 2025
    POSTED
    Dec 8, 2025
    Publication date
    NAICS CODE
    811310
    Primary industry classification
    PSC CODE
    J034
    Product & service classification

    AI Summary

    This opportunity is a request for quote (RFQ) for a service plan to provide calibration for the Material Test System at Hill Air Force Base. The contract will be awarded as a sole source to MTS Systems Corporation, covering a base year plus four option years. Proposals are due by December 15, 2025.

    Contract details

    Solicitation No.
    FA822725Q4910
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    8(a) Sole Source (FAR 19.8)
    Posted Date
    December 8, 2025
    Response Deadline
    December 15, 2025
    NAICS Code
    811310AI guide
    PSC / Class Code
    J034
    Primary Contact
    Rachel Wright
    State
    UT
    ZIP Code
    84056-5805
    AI Product/Service
    service

    Description

    This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

    Solicitation number FA822725Q4910 is issued as a request for quote (RFQ) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06 and its supplements. 

    The Government anticipates this acquisition to be a Sole Source award to MTS Systems Corporation (CAGE 34145). See justification attached to this solicitation.

    This requirement is filed under NAICS code 811310 and Product Service Code J034. This requirement will provide a service plan for calibration on the Material Test System (MTS), High Rate Propellant Test System (HRPTS) for the 582nd Missile Maintenance Squadron at Hill Air Force Base, Utah. The service provided will be supplied in accordance with the specifications in the attached Performance Work Statement. The basic period of performance will span from date of award through twelve (12) months after receipt of offer, with four (4) option years.

    Contracting Officer’s Business Size Selection: Sole Source

    NAICS Code: 811310

    NAICS Code Small Business Size Standard: $12.5 Size Standards in Millions of Dollars

    Product Service Code: J034

    The anticipated CLIN structure of the resulting award are broken out within the attachment of the RFQ document and will require the proposal to be broken out the same. See attachment

    • All CLINs will be established on a firm fixed price basis.
    • All proposals must indicate if the vendor can achieve the Period of Performance (12 months ARO), as well as the additional four (4) option years. If this Period of Performance is not practicable, vendors must propose an alternate delivery schedule.

    Selection of awardee will include comparative analysis in accordance with FAR 13.106-2, Evaluation of Quotations and Offers, giving value to: price; meeting specifications in the Performance Work Statement; and service within the specified timeframe. Any exceptions to the instructions specified in the Performance Work Statement must be identified in the quote. By submitting a quote, the contractor agrees to all stipulations in the purchase specification unless specified as an exception in the quote.

    **The due date for all proposals is Monday, 15 December 2025 at 3:00 p.m. Mountain Standard Time.** All questions regarding this acquisition must be submitted by Wednesday, 10 December 2025 at 3:00 p.m. MST to allow for the Government to assess the inquiry and provide a response.

    Quote Submission Information:

    Submit quote to Contract Specialist, Rachel Wright, via email to rachel.wright.9@us.af.mil and to Contract Officer, Melissa Huston, at melissa.huston.2@us.af.mil. Please submit questions via the email above. Please provide the Company CAGE Code or Unique Entity Identifier (UEI) when submitting a quote.

    Attachment:

    1. Material Test System Performance Work Statement
    2. Material Test System CDRL A001
    3. Single Source Justification – MTS Systems Corporation

    FOB: Destination

    Period of Performance: Base year plus four (4) one year options.

    Pricing Validity Date: 90 Days validity from proposal, if this validity date is not practicable, vendors must propose an alternate realistic date for evaluation/award processing within proposal.

    The following list of provisions and clauses apply to this acquisition, clauses and provisions can be found at https://www.acquisition.gov :

    Provisions and Clauses by Reference:

    FAR 52.202-1             Definitions

    FAR 52.203-3             Gratuities

    FAR 52.203-17           Contractor Employee Whistleblower Rights and Requirement to Inform                                         Employees of Whistleblower Rights

    FAR 52.203-19           Prohibition on Requiring Certain Internal Confidentiality Agreements or                                        Statements

    FAR 52.204-7             System for Award Management

    FAR 52.204-9             Personal Identity Verification of Contractor Personnel

    FAR 52.204-10           Reporting Executive Compensation and First-Tier Subcontract Awards

    FAR 52.204-13           System for Award Management Maintenance

    FAR 52.204-16           Commercial and Government Entity Code Reporting

    FAR 52.204-18           Commercial and Government Entity Code Maintenance

    FAR 52.204-19           Incorporation by Reference of Representations and Certifications

    FAR 52.204-21           Basic Safeguarding of Covered Contractor Information Systems

    FAR 52.204-23           Prohibition on Contracting for Hardware, Software, and Services                                                    Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul                                     2018)

    FAR 52.204-24           Representation Regarding Certain Telecommunications and Video                                                 Surveillance Services or Equipment

    FAR 52.204-25           Prohibition on Contracting for Certain Telecommunications and Video                                           Surveillance Services or Equipment

    FAR 52.209-6             Protecting the Government’s Interest When Subcontracting with                                                     Contractors Debarred, Suspended, or Proposed for Debarment

    FAR 52.209-7             Information Regarding Responsibility Matters

    FAR 52.209-10           Prohibition on Contracting with Inverted Domestic Corporations

    FAR 52.212-4             Contract Terms and Conditions-Commercial Items

    FAR 52.216-1             Type of Contract

    FAR 52.222-3             Convict Labor

    FAR 52.222-17           Nondisplacement of Qualified Workers

    FAR 52.222-19           Child Labor – Cooperation With Authorities and Remedies

    FAR 52.222-21           Prohibition of Segregated Facility

    FAR 52.222-26           Equal Opportunity

    FAR 52.222-36           Equal Opportunity for Workers with Disabilities

    FAR 52.222-41           Service Contract Labor Standards

    FAR 52.222-50           Combat Trafficking in Persons

    FAR 52.222-55           Minimum Wages Under Executive Order 13658

    FAR 52.222-56           Certification Regarding Trafficking in Persons Compliance Plan

    FAR 52.222-62           Paid Sick Leave Under Executive Order 13706 (Jan 2017)

    FAR 52.223-5             Pollution Prevention and Right-To-Know Information

    FAR 52.223-12           Maintenance, Service, Repair or Disposal of Refrigeration Equipment and Air Conditioners

    FAR 52.223-18           Encouraging Contractor Policies to Ban Text Messaging While Driving

    FAR 52.223-20           Aerosols

    FAR 52.225-13           Restrictions on Certain Foreign Purchases

    FAR 52.232-18           Availability of Funds

    FAR 52.232-33           Payment by Electronic Funds Transfer--System for Award Management   

    FAR 52.232-40           Providing Accelerated Payments to Small Business Subcontractors

    FAR 52.233-1             Disputes

    FAR 52.233-3             Protest After Award

    FAR 52.233-4             Applicable Law for Breach of Contract Claim

    FAR 52.237-2             Protection of Government Building, Equipment and Vegetation

    FAR 52.242-15           Stop-Work Order

    FAR 52.249-4             Termination for Convenience of the Government (Services)(Short Form)

    DFARS 252.203-7000            Requirements Relating to Compensation of Former DoD Officials

    DFARS 252.203-7002            Requirement to Inform Employees of Whistleblower Rights

    DFARS 252.203-7005            Representation Relating to Compensation of Former DoD Officials

    DFARS 252.204-7008            Compliance with Safeguarding Covered Defense Information Controls
    DFARS 252-232-7003            Electronic Submission of Payment Requests;
    DFARS 252.204-7004            System For Award Management

    DFARS 252.204-7012            Safeguarding Covered Defense Information and Cyber Incident Reporting

    DFARS 252.204-7015            Notice of Authorized Disclosure of Information for Litigation Support

    DFARS 252.223-7008            Prohibition of Hexavalent Chromium

    DFARS 252.225-7001            Buy American Act & Balance of Payments

    DFARS 252.225-7002            Qualifying Country Sources as Subcontractors         

    DFARS 252.225-7048            Export-Controlled Items

    DFARS 252.232-7010            Levies on Contract Payments

    DFARS 252.244-7000            Subcontracts for Commercial Items

    DFARS 252.246-7008            Sources of Electronic Parts

    DFARS 252.247-7023            Transportation of Supplies by Sea

    DFARS 252.247-7024            Notification of Transportation of Supplies by Sea

    Provisions and Clauses by Full Text:

    FAR 52.212-5             Contract Terms and Conditions Required To Implement Statutes Or Executive Orders – Commercial Products and Commercial Services

    FAR 52.217-8             Option to Extend Services

                                        Notice to Contractor: within 30 Days

    FAR 52.217-9             Option to Extend the Term of the Contract

    (a) Notice to Contractor: at least fifteen (15) days before the contract expires.

    (b) Base year PLUS four (4) one (1) year extensions

    FAR 52.252-1             Solicitation Provisions Incorporated by Reference

                                        https://www.acquisition.gov/content/regulations

    FAR 52.252-2             Clauses Incorporated by Reference

                                        https://www.acquisition.gov/content/regulations

    FAR 52.252-5             Authorized Deviations in Provisions

    FAR 52.252-6             Authorized Deviations in Clauses

                                         (b) Defense Federal Acquisition Regulation Supplement

    DFARS 252.232-7006            Wide Area Workflow Instructions

    DAFFARS 5352.223-9000     Elimination of Use of Class I Ozone Depleting Substances
    DAFFARS 5352.201-9101     Ombudsman

    DAFFARS 5352.242-9000     Contractor Access to Department of the Air Force Installations

    Key dates

    1. December 8, 2025Posted Date
    2. December 15, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    MATERIAL TEST SYSTEM (SOLE SOURCE) is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.