This is a non-personal service contract for service, refurbish, calibrate and update medical and dental equipment for the Maine Army National Guard (MEARNG). The Government shall not exercise any supervision or control over the contract services providers performing the services herein. Such contract services providers shall be accountable solely to the Contractor who, in turn, is responsible to the Government.
Background: The 52nd Troop Command, located in Bangor, Maine needs calibration services completed on all medical equipment in order to facilitate training and any and all real-world missions for the Brigade.
Period of Performance (PoP): 30 Days from Contract Award, award will be made on or about 16 January 2026.
100% Small Business set-aside.
Each volume shall be marked with the RFQ number and the quoter's name and address, and the number of the Volume, i.e. I, or II. Quotes shall be in the English language and all monies shall be proposed in United States dollars.
Print shall be no smaller than a font size of 12. Paper size shall be 8 1/2" X 11,", and margins shall be no smaller than 1 inch, and each page within a volume shall be numbered consecutively. Document file formats submitted shall be Microsoft Office (.docx, pptx, .xlsx, etc.), or Adobe (.pdf). Do not include extraneous information not requested by the RFQ.
Cover Letter General: Provide an introduction page to include CAGE code, Unique Entity Identification (UEI), and Tax Identification Number (TIN). Also include your Small Business Administration (SBA) certification for you socioeconomic status, e.g. small business, women owned, HUBZone, etc. The cover letter submission shall be signed by an officer of the quoter's company authorized to commit the company; shall indicate that the quote is valid for 90 calendar days from the date of the solicitation closing; shall identify by name, title, phone number and email any person authorized to negotiate on the quoter's behalf and should express the extent to the quoter's commitment to achieve the objectives of the solicitation and comply with the terms and conditions of the contract. Any significant deviation to the contract should be indicated, including one's reasons.
Volume I, Quote General: Your quote shall consist of the following: (1) Standard Form 1449, Solicitation/Contract/Order for Commercial Items, with blocks 12, 17, and 30 completed by you (including any amendments issued). (2) Standard Form 1449, Solicitation/Contract/Order for Commercial Items, Section SF 1449 - Continuation Sheet (Schedule of Supplies/Services), with your proposed prices inserted in the appropriate blank spaces. (3) Quoters shall ensure that all clauses and provisions that require "fill in" information are appropriately completed, including the proposed prices associated with the contract line items in the Schedule of the RFQ. The completion and submission of the above items of information will constitute your quote and written assent to perform in accordance with the terms of this RFQ.
Volume II, Technical General: The vendor shall submit evidence of a minimum of ISO/IEC 17025 accreditation or stated calibration traceability. In addition to accreditation the vendor shall submit a technical letter confirming their ability to inspect, calibrate, and maintain the equipment listed in PWS Technical Exhibit 3.
Volume III, Past Performance General: Past performance information may be obtained from any sources available to the Government. For example, the Government may retrieve past performance information from the Contractor Performance Assessment Reporting System (CPARS), GSA, or Federal Awardee Performance and Integrity Information System (FAPIIS). As a result, this RFQ does not include a past performance information submittal from quoters. Next, we will evaluate all quotes with acceptable Supplier Performance Risk Systems for recency. For purposes of this evaluation, recency is defined as demonstrated experience (active or completed efforts) performed within the past three (3) years from the issuance date of this solicitation.
Questions. Questions concerning this RFQ or requests for clarification shall be made in writing via email to the Contract Specialist, Tom Ryan at thomas.j.ryan36.civ@army.mil. The due date for questions will be 3:00 PM EST on Monday, 29 December 2025. As soon as a vendor is aware of any problems or ambiguities in interpreting the specifications, terms/conditions, instructions or evaluation criteria of this RFQ, the Offeror should promptly notify the Contracting Officer. It is preferred that only one set of questions be submitted by each vendor instead of multiple sets of questions. When submitting questions and comments, please refer to the specific text of the RFQ in the following format:
Subject: Maine Army National Guard (MEARNG) Medical Equipment Calibration RFQ No. W912JD26QA004.
Amendments: Amendments to this solicitation will be posted at: https://sam.gov/content/opportunities. Paper copies of the amendments will NOT be individually mailed. By registering to receive notification on Contracting Opportunities, quoters will be notified by email of any new amendments that have been issued. Potential Quoter's are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your offer being considered unacceptable.
The Government is not obligated to provide responses to all questions submitted by vendors, but will consider the responses, consolidate them, and submit responses onto https://sam.gov. All information relating to this RFQ, including changes/amendments and information prior to the date set for receipt for quotes will be posted on: https://sam.gov/content/opportunities.
Discussions: The Government intends to evaluate quotes and award a contract without further communicating with the quoters. Therefore, the offeror's initial offer should contain the vendor's best term from a price and technical standpoint. However, the Government reserves the right to conduct discussion, if later determined by the Contract Officer, to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
The service Contract act applies to this contract and requires the contractor and subcontractor to pay the minimum locally prevailing wages and fringe benefits reflected in the applicable service contract act. The following Service Contract Act have been incorporated and can be downloaded from SAM.gov:
UPDATED: Wage Determination: 2015-4001 - Rev No. 32 - Dated 12-3-2025
Electronic Invoicing through Procurement Integrated Enterprise Environment (PIEE): To meet compliance with DFARS 252.232-7003, Electronic Submission of Payment Requests, all Contractors must submit requests for payment (invoices) through PIEE. Additional information and registration for PIEE can be completed online at: https://wawf.mil/piee-landing/. Payment will be made by DFAS office designated in the contract. All payments will be made by electronic transfer of funds (EFT). The Government will make payment through PIEE upon satisfactory completion of work and the receipt of a proper certification for payment.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
This opportunity is for a non-personal service contract to refurbish, calibrate, and maintain medical and dental equipment for the Maine Army National Guard. Responses are required by January 9, 2026, and the award is expected by January 16, 2026. This is a 100% Small Business set-aside, making it an excellent opportunity for qualified small businesses with capabilities in medical equipment calibration.
The buyer seeks to procure professional services to ensure all medical and dental equipment used by the Maine Army National Guard is properly calibrated and maintained, supporting their training and operational readiness.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.