- 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
Dugway Proving Ground ISO 17025 Accredited Calibration Services
Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: UT. Response deadline: May 06, 2026. Industry: NAICS 541380 • PSC J052.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 541380 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 35 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541380
Description
This is a twelve month (12) Base plus Four (4) twelve month option periods Firm Fixed Price (FFP) Contract
1. Offers shall be received prior to the closing date and time identified on SF 1449 (6 May 2026 by 1200 MDT) to the following address:
Contract Specialist: Nicholas J. Rowton; Email Address: nicholas.j.rowton.civ@army.mil
Contracting Officer: Paul E. Frailey; Email Address: paul.e.frailey.civ@army.mil
2.Electronic submissions via email are preferred.
3. The point of contact responsible for supplying additional information and answering all inquiries is the Contracting Officer via the Contract Specialist. Address all questions or concerns the offeror may have to the Contract Specialist, Nicholas Rowton (nicholas.j.rowtonciv@army.mil)
4. All questions regarding this solicitation shall be submitted in writing.
Offerors are required to submit a completed SF1449 including acknowledgement of Amendments.
The SF1449 shall be completed in full submitted with block 30b, and 30c filled in and a signature in block 30a of the form. SF 1449 cannot be excepted without being signed.
Price/Cost should be annotated on page 2, 3 and 4 of the 1449 and each CLIN shall be fully burdened to include, but not be limited to labor, overhead, parts, materials, travel, lodging, etc for the entire base plus each option period.
Description
The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and non-personal services, etc. necessary to perform ISO accredited calibration services for analytical equipment in Chemical Test Division (CTD) at Dugway Proving Ground (DPG) as defined in this PWS except for those items specified as government furnished property (GFP) and government furnished services (GFS). The contractor shall meet the standards in this contract.
The objective of this Performance Work Statement (PWS) is to acquire comprehensive, on-site ISO 17025 accredited calibration services for a range of critical laboratory equipment at DPG. This includes analytical balances, digital thermometers, flow meters, flow controllers and analytical weight sets. The contractor shall ensure the continued accuracy and reliability of this equipment to support the Government’s ISO 17025 accreditation and maintain the integrity of testing data.
Refer to the attached Solicitation 1449, Performance Work Statement (PWS) and Statement of work (SOW) for equipment list details that is required calibration by the contractor.
Refer to Section 1.6.11 Special Qualifications or Certification’s in the PWS and Refer to Addendum to 52.212-1.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.