Skip to content
Department of Defense

Pipette Calibration System

Solicitation: FA226326Q0003
Notice ID: a89f3615c69d4cde8bda8c14d4b6c171

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Apr 20, 2026. Industry: NAICS 334516 • PSC 6680.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA226326Q0003. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.

12-month awarded value
$11,112,772
Sector total $42,865,548,467 • Share 0.0%
Live
Median
$76,837
P10–P90
$25,449$154,647
Volatility
Volatile168%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+166%($5,044,633)
Deal sizing
$76,837 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for OH
Live POP
Place of performance
Heath, Ohio • 43056 United States
State: OH
Contracting office
Heath, OH • 43056-6116 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
OH20260036 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Ohio • Columbiana
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $39.02Fringe $26.40
Rate
BRICKLAYER
Base $33.48Fringe $23.51
+37 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 37 more rate previews.
Davis-BaconBest fitstate match
OH20260036 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Columbiana
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $39.02Fringe $26.40
Rate
BRICKLAYER
Base $33.48Fringe $23.51
Rate
BRICK POINTER/CAULKER/CLEANER
Base $26.20Fringe $13.89
+36 more occupation rates in this WD
Davis-Baconstate match
OH20260061 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Wayne
Rate
BRICK POINTER/CAULKER/CLEANER
Base $35.67Fringe $24.75
Rate
TILE FINISHER
Base $30.25Fringe $23.93
Rate
TILE SETTER
Base $35.67Fringe $24.75
+36 more occupation rates in this WD
Davis-Baconstate match
OH20260039 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Defiance
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $37.00Fringe $28.27
Rate
BRICKLAYER
Base $36.36Fringe $21.55
Rate
BRICK POINTER/CAULKER/CLEANER
Base $33.30Fringe $18.28
+32 more occupation rates in this WD
Davis-Baconstate match
OH20260015 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Carroll, Stark
Rate
ELECTRICIAN
Base $30.63Fringe $12.28
Rate
POWER EQUIPMENT OPERATOR (Bulldozer)
Base $37.02Fringe $15.20
Rate
POWER EQUIPMENT OPERATOR Crane
Base $36.92Fringe $24.01
+11 more occupation rates in this WD

Point of Contact

Name
Benjamin Bailey
Email
benjamin.bailey.9@us.af.mil
Phone
937-713-5846
Name
Thomas Carson
Email
thomas.carson.2@us.af.mil
Phone
9377135844

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE LIFE CYCLE MANAGEMENT CENTER • COMBAT READINESS • FA2263 AFLCMC ROMK AFMETCAL
Contracting Office Address
Heath, OH
43056-6116 USA

More in NAICS 334516

Description

***20 March 2026 - This announcement is amended to include a revised and corrected Instructions to Offerors document. The previous version contained an incorrect reference to submission of a Proposal Evaluation Unit, which is not required under this announcement. The RFQ Amendment and corrected Instructions to Offerors documents are attached. All other terms and conditions remain unchanged.***

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.201, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Revolutionary FAR Overhaul (RFO) and DFARS Revolutionary FAR Overhaul Class Deviations (R-DFARS). The RFO regulations are available electronically at the RFO site, https://www.acquisition.gov/far-overhaul/far-part-deviation-guide. The R-DFARS site are available electronically at https://www.acq.osd.mil/dpap/dars/dfars_far_overhaul_class_deviations.html. This announcement constitutes the only solicitation for which a Request for Quotation (RFQ) will be issued. It is the offeror's responsibility to monitor this site for the release of amendments (if any).   

The RFQ number is FA226326Q0003 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code for this acquisition is 334516 and the business size standard is 1000 employees. This RFQ is being solicited as Full and Open Competition.

AFMETCAL at Heath OH intends to award a firm-fixed price contract under Simplified Acquisition Procedures (SAP) in accordance with FAR Part 12-Acquisition of Commercial Items, for the purchase of Pipette Calibration System, associated data, and three (3) year OEM warranty.

The anticipated quantity for this acquisition is 1-4 Pipette Calibration Systems including options.

Products offered shall be commercial items or commercially available off-the shelf (COTS) items meeting the definitions in FAR Part 2. Items proposed shall be new units. Reconditioned, remanufactured, or used items are not acceptable and shall not be proposed. The units must meet the requirements of Purchase Descriptions (PD) 26M-632A-MA, Rev. 2, dated 16 December 2025. The RFQ, PD, DD 1423 Data Requirements, and other applicable solicitation attachments are available for download at this site.  Please review ALL documents carefully.

IMPORTANT NOTICE TO OFFERORS: All prospective awardees are required to register at SAM and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area WorkFlow (WAWF) through Procurement Integrated Enterprise Environment (PIEE) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at https://wawf.eb.mil. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. 

Offers MUST:
(1) be valid for 90 days,
(2) be for the item described in the PDs (List of Attachments, Attachment 1),
(3) be for a new unit (not reconditioned, remanufactured, or used unit),
(4) be FOB Destination to PMEL locations listed in solicitation,
(5) include a delivery schedule, if unable to meet delivery schedule in Deliveries and Performance section,
(6) include name of and be signed by an authorized company representative along with     telephone number, facsimile number, and email address,
(7) include taxpayer identification number (TIN), CAGE Code Number and DUNS     Number,
(8) include a technical proposal that includes a written line-by-line response to the PDs,
(9) include copy of commercial price list,
(10) include a copy of the proposed three (3) year OEM warranty,
(11) include completed Supplies or Services and Price/Cost section, 
(12) include completed Total Evaluated Price worksheet
(13) offerors shall ensure representations and certifications and all information in SAM is current.

The Government reserves the right to incorporate the successful offeror’s technical proposal into any contract resulting from this solicitation.

Offers must be received no later than 20 April 2026 at 2:00 PM EST. Offerors shall submit electronic files to DoD SAFE, https://safe.apps.mil following the instructions provided in Instructions to Offerors (Attachment 4) of the RFQ, under Electronic Proposal Submission. Offers submitted in forms other than through DoD Safe are not permissible and will not be considered.  

Please note that the uploaded files must be timestamped by the offer due date and time. Offerors bear the risk for receipt of submitted offers being untimely. Offerors shall allow sufficient time for receipt of electronic submissions by the due date and time. All responsible sources may submit an offer, which if received timely shall be considered by this agency.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

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.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.