Closed Solicitation · DEPT OF DEFENSE

    RFQ - PIPETTE CALIBRATION SERVICES

    Sol. COMBO-AFRL-PZLEQ-2025-0016Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)WRIGHT PATTERSON AFB, OH
    Closed
    STATUS
    Closed
    closed Jul 31, 2025
    POSTED
    Jul 17, 2025
    Publication date
    NAICS CODE
    811210
    Primary industry classification
    PSC CODE
    J066
    Product & service classification

    AI Summary

    The Air Force Research Laboratory is seeking quotations for pipette calibration, maintenance, and repair services. This opportunity is set aside for small businesses and includes scheduled and emergency services over multiple years. Interested vendors should submit their quotes in accordance with the provided solicitation details.

    Contract details

    Solicitation No.
    COMBO-AFRL-PZLEQ-2025-0016
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    July 17, 2025
    Response Deadline
    July 31, 2025
    NAICS Code
    811210AI guide
    PSC / Class Code
    J066
    Primary Contact
    Chris Stokes
    State
    OH
    ZIP Code
    45433-7541
    AI Product/Service
    service

    Description

    GENERAL STATEMENT:

    This is a combined synopsis/solicitation for commercial items issued by the Air Force Research Laboratory/PZLEQ, Wright-Patterson Air Force Base, Ohio. This announcement constitutes the only solicitation being issued for the requirement described herein.

    SOLICITATION INFORMATION

    Solicitation Number: COMBO-AFRL-PZLEQ-2025-0016

    [X] Request for Quotation (RFQ) [   ] Request for Proposal (RFP) [   ] Invitation for Bid (IFB)

    REGULATION IDENTIFICATION:

    This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 Effective 17 Jan 2025

    NOTICE OF SMALL BUSINESS SET-ASIDE:

    Set-aside Type 

    Total Small Business

    NAICS Size Standard

    811210, $34M

    LISTING/DESCRIPTION OF ITEMS:

    CLIN #

    DESCRIPTION

    QTY

    UNIT

    Period of Performance

    0001

    Calibration, maintenance and repair of pipettes in accordance with Attachment 1 – PWS

    Months of service performance (Feb, May, July, Aug, Sep, & Nov)

    Service will be billed for these six visits only; this is not a monthly recurring service.

    6

    EA

    01 September 2025 –

    31 August 2026

    0002

    Emergency Unscheduled Services

    Only billed if used.

    2

    EA

    01 September 2025 –

    31 August 2026

    1001

    Option 1

    Calibration, maintenance and repair of pipettes

    Months of service performance (Feb, May, July, Aug, Sep, & Nov)

    Service will be billed for these six visits only; this is not a monthly recurring service.

    6

    EA

    01 September 2026 –

    31 August 2027

    1002

    Option 1

    Emergency Unscheduled Services

    Only billed if used.

    2

    EA

    01 September 2026 –

    31 August 2027

    2001

    Option 2

    Calibration, maintenance and repair of pipettes

    Months of service performance (Feb, May, July, Aug, Sep, & Nov)

    Service will be billed for these six visits only; this is not a monthly recurring service.

    6

    EA

    01 September 2027 –

    31 August 2028

    2002

    Option 2

    Emergency Unscheduled Services

    Only billed if used.

    2

    EA

    01 September 2027 –

    31 August 2028

    3001

    Option 3

    Calibration, maintenance and repair of pipettes

    Months of service performance (Feb, May, July, Aug, Sep, & Nov)

    Service will be billed for these six visits only; this is not a monthly recurring service.

    6

    EA

    01 September 2028 –

    31 August 2029

    3002

    Option 3

    Emergency Unscheduled Services

    Only billed if used.

    2

    EA

    01 September 2028 –

    31 August 2029

    4001

    Option 4

    Calibration, maintenance and repair of pipettes

    Months of service performance (Feb, May, July, Aug, Sep, & Nov)

    Service will be billed for these six visits only; this is not a monthly recurring service.

    6

    EA

    01 September 2029 –

    31 August 2030

    4002

    Option 4

    Emergency Unscheduled Services

    Only billed if used.

    2

    EA

    01 September 2029 –

    31 August 2030

    DELIVERY INFORMATION:

    FOB:   [X] Destination

                [   ] Origin

    Locations of Service:

                711 HPW (&) USAFSAM

                2510 5th St, Bldg 840 (&) 2728 Q St

                WPAFB, OH 45433

    Requested Date of Delivery: N/A

    INSTRUCTIONS TO OFFERORS:

    The provision at FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023), applies to this acquisition.

    Addenda:

                N/A

    EVALUATION OF OFFERS:

    The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (Nov 2021), will be used to evaluate quotes received.

    The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

    The following factors shall be used to evaluate offers:

    Lowest Price Technically Acceptable

                            (1) Price

    (2) Technical Acceptability

    (a) In order for this quote to be considered “Technically Acceptable” it must meet all specification requirements in the Statement of Work.

    Offerors shall assume that the Government has no prior knowledge of its facilities, capabilities, and experience and will base the evaluation solely on the information presented in the Offeror’s proposal.

    The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it’s determined to be in the best interests of the Government.

    OFFEROR REPRESENTATIONS AND CERTIFICATIONS:

    Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (May 2024), with your quote.

    • If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote.
    • If offeror has not completed annual representations and certifications in SAM then paragraphs (c-v) need to be submitted.

    CONTRACT TERMS & CONDITIONS:

    The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.

    Addenda:

                N/A

    REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS:

    The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products and Commercial Services (Jan 2025), applies to this acquisition.

    The following clauses are incorporated via paragraph (a) and considered applicable to this acquisition:

    Clause Number

    Clause Title

    FAR 52.203-19

    Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

    FAR 52.204-23

    Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab Covered Entities

    FAR 52.204-25

    Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

    FAR 52.209-10

    Prohibition on Contracting with Inverted Domestic Corporations

    FAR 52.219-28

    Post Award Small Business Program Representation

    FAR 52.222-3

    Convict Labor

    FAR 52.222-19

    Child Labor-Cooperation with Authorities and Remedies

    FAR 52.222-50

    Combating Trafficking in Persons

    FAR 52.223-18

    Encouraging Contractor Policies to Ban Text Messaging While Driving

    FAR 52.225-1

    Buy American--Supplies

    FAR 52.225-13

    Restrictions on Certain Foreign Purchases

    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 52.233-3

    Protest After Award

    FAR 52.233-4

    Applicable Law for Breach of Contract Claim

    The following clauses are incorporated via paragraph (b) {add paragraph c for services} and considered applicable to this acquisition:

    Clause Number

    Clause Title

    FAR 52.203-6 Alt I

    Restrictions on Subcontractor Sales to the Government

    FAR 52.204-27

    Prohibition on a ByteDance Covered Application

    FAR 52.209-6

    Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

    FAR 52.209-9

    Updates of Publicly Available Information Regarding Responsibility Matters

    (If contract is > $600,000 and offeror checked “has” in paragraph (b) of provision    52.209-7)

    FAR 52.219-8

    Utilization of Small Business Concerns

    FAR 52.219-9

    Small Business Subcontracting Plan

    FAR 52.219-16

    Liquidated Damages – Subcontracting Plan

    FAR 52.219-28

    Post Award Small Business Program Representation

    FAR 52.222-3

    Convict Labor

    FAR 52.222-19

    Child Labor-Cooperation with Authorities and Remedies

    FAR 52.222-35

    Equal Opportunity for Veterans

    FAR 52.222-36

    Equal Opportunity for Workers with Disabilities

    FAR 52.222-37

    Employment Reports on Veterans

    FAR 52.222-50

    Combating Trafficking in Persons

    FAR 52.222-54

    Employment Eligibility Verification

    FAR 52.223-18

    Encouraging Contractor Policies to Ban Text Messaging While Driving

    FAR 52.223-23

    Sustainable Products and Services

    FAR 52.225-1

    Buy American--Supplies

    FAR 52.225-13

    Restrictions on Certain Foreign Purchases

    FAR 52.226-8

    Encouraging Contractor Policies to Ban Text Messaging While Driving

    FAR 52.232-33

    Payment by Electronic Funds Transfer- System for Award Management

    FAR 52.240-1

    Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities

    FAR 52.242-5

    Payments to Small Business Subcontractors

    ADDITIONAL CONTRACT REQUIREMENTS:

    All employees that perform work on this contract are subject to the prevailing wage rate according to locale where service is performed, as contained in wage determination 2015-4731, located at: SAM.gov

    The recommended Labor Category is: (23460 - Instrument Mechanic $30.57)

    (1) Offeror shall include all warranty requirements and documentation with quote.

    (2) Offerors shall identify how long the quote is valid for.

    Additional provisions and clauses applicable to this requirement:

    Type

    Number

    Title

    Clause

    FAR 52.203-19

    Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

    Provision

    FAR 52.204-7

    System for Award Management

    Provision

    FAR 52.204-8

    Annual Representations and Certifications

    Clause

    FAR 52.204-13

    System for Award Management Maintenance

    Clause

    FAR 52.209-6

    Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

    Clause

    FAR 52.232-39

    Unenforceability of Unauthorized Obligations

    Clause

    FAR 52.232-40

    Providing Accelerated payments to Small Business Subcontractors

    Clause

    FAR 52.246-16

    Responsibility for Supplies

    Clause

    FAR 52.247-34

    F.O.B. Destination

    Provision

    FAR 52.252-1

    Solicitation Provisions Incorporated by Reference

    (Fill-in Text)

    - https://www.acquisition.gov/

    Clause

    FAR 52.252-2

    Contract Clauses Incorporated by Reference

    (Fill-in Text)

    - https://www.acquisition.gov/

    Clause

    DFARS 252.203-7000

    Requirements Relating to Compensation of Former DoD Officials

    Clause

    DFARS 252.203-7002

    Requirement to Inform Employees of Whistleblower Rights

    Provision

    DFARS 252.203-7005

    Representation Relating to Compensation of Former DoD Officials

    Clause

    DFARS 252.204-7003

    Control of Government Personnel Work Product

    Provision

    DFARS 252.204-7004, Alt A,

    System for Award Management Alternate A

    Provision

    DFARS 252.204-7008

    Compliance with Safeguarding Covered Defense Information Controls ***(Required if contract is not for a COTS item)***

    Clause

    DFARS 252.204-7012

    Safeguarding Covered Defense Information and Cyber Incident Reporting ***(Required if contract is not for a COTS item)***

    Provision

    DFARS 252.204-7019

    Notice of NIST SP 800-171 DoD Assessment Requirements ***(Required if contract is not for a COTS item)***

    Clause

    DFARS 252.204-7020

    NIST SP 800-171 DoD Assessment Requirements ***(Required if contract is not for a COTS item)***

    Clause

    DFARS 252.204-7015

    Notice of Authorized Disclosure of Information for Litigation Support

    Clause

    DFARS 252.223-7008

    Prohibition of Hexavalent Chromium

    Clause

    DFARS 252.225-7001

    Buy American and Balance of Payments Program

    Clause

    DFARS 252.225-7002

    Qualifying Country Sources as Subcontractors

    Clause

    DFARS 252.225-7048

    Export-Controlled Items

    Clause

    DFARS 252.232-7003

    Electronic Submission of Payment Requests

    Clause

    DFARS 252.232-7006

    Wide Area Workflow Payment Instructions

    Clause

    DFARS 252.232-7010

    Levies on Contract Payments

    Clause

    DFARS 252.225-7012

    Preference for Certain Domestic Commodities

    Clause

    DFARS 252.243-7001

    Pricing of Contract Modifications

    Clause

    DFARS 252.244-7000

    Subcontracts for Commercial Items

    Clause

    AFFARS 5352.201-9101

    Ombudsman

    Ombudsman: AFRL/PK Director

    Alternate Ombudsman:  AFRL/PK Deputy Director

    1864 Fourth St

    Wright-Patterson AFB OH 45433-7130

    937-904-9700

    Afrl.pk.workflow@us.af.mil

    DPAS APPLICABILITY:

    This requirement is not applicable to the Defense Priorities and Allocations System (DPAS).

    ATTACHMENTS:

    Attachment 1 – PWS dated 17Mar25

    Attachment 2 – Technical Order 00-20-14

    Attachment 3 – Wage Determination 2015-4731

    SOLICITATION CLOSING INFORMATION:

    Quotes are due by: Thursday 31 July 2025 @ 5:00 PM ET.

    Quotes must be received by the closing date stated above. Submit quotes by email.

    POINT OF CONTACT:

    The point of contact for this acquisition for any questions and for submission of quotes is:

    Name: Chris Stokes

    Title: Contracting Officer

    Email: chris.stokes.1@us.af.mil

    Key dates

    1. July 17, 2025Posted Date
    2. July 31, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    RFQ - PIPETTE CALIBRATION SERVICES 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.