Skip to content
Department of Defense

Materials Testing Center Laboratory Equipment Calibrations for ERDC GSL

Solicitation: W912HZ26Q6680
Notice ID: bc34fba39c094d7e83f1c1bda784f65d
TypeCombined Synopsis SolicitationNAICS 811210PSCJ066Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateMSPostedFeb 26, 2026, 12:00 AM UTCDueMar 09, 2026, 04:00 PM UTCCloses in 11 days

Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MS. Response deadline: Mar 09, 2026. Industry: NAICS 811210 • PSC J066.

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: W912HZ26Q6680. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.

12-month awarded value
$201,635,856
Sector total $260,682,586 • Share 77.3%
Live
Median
$101,281
P10–P90
$15,474$718,438
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
77.3%
share
Momentum (last 3 vs prior 3 buckets)
+32447%($200,400,626)
Deal sizing
$101,281 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 MS
Live POP
Place of performance
Vicksburg, Mississippi • 39180 United States
State: MS
Contracting office
Vicksburg, MS • 39180-6199 USA

Point of Contact

Name
Angie Stokes
Email
Angela.M.Stokes@usace.army.mil
Phone
Not available
Name
David Ammermann
Email
david.g.ammermann@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
SCO ALEXANDRIA • ENGINEER RESEARCH AND DEVELOPMENT CENTER • W2R2 USA ENGR R & D CTR
Contracting Office Address
Vicksburg, MS
39180-6199 USA

More in NAICS 811210

Description

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

The solicitation is being issued as a Request for Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. This requirement is set aside 100% small business under NAICS Code 811210, Electronic and Precision Equipment Repair and Maintenance, with a size standard of $22 million. This procurement is being conducted in accordance with regulation at FAR 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.  

Please see attached Description of Requirement (DOR).

Instructions to Offerors (Reference FAR 52.212-1)

(a) The Offeror is responsible for reading all information contained in this solicitation and all attachments, if any, posted with it. Offerors should check the www.SAM.gov website often for any information regarding this solicitation and/or amendments to this solicitation. For information concerning this solicitation, please email Angela.M.Stokes@usace.army.mil and David.G.Ammermann@usace.army.mil.

(b) Pursuant to FAR 52.204-7(b), System for Award Management, offerors must be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If an offeror is not registered in SAM at the time of the offer, its offer will not be considered for award. You may register electronically at http://www.sam.gov.

(c) Submission of offers. Signed and dated offers are due 9 March 2026, not later than 11:00 AM CST and must be submitted via email to: Angela.M.Stokes@usace.army.mil and David.G.Ammermann@usace.army.mil Offers may be submitted in writing on letterhead stationery, or as otherwise specified in the solicitation. At a minimum, offers must include:

(1) The solicitation number W912HZ26Q6680;  

(2) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This includes providing the terms of any standard warranty and technical support. This may include product literature, or other documents, if necessary;

(3) Unit pricing and extended pricing for each item: State discount terms, if any;

(4) Cage code and/or DUNS Number.

(d) Late submissions, modifications, revisions, and withdrawals of offers - (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the designated government emails by the date and time designated in the solicitation; (2) Any offer, modification, revision, or withdrawal of an offer received after the exact date and time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; however, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted; and (3) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers.

(e) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting 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.

(f) Offers shall be made in accordance with the Description of Requirements (DOR) document provided in the solicitation.

(g) Oral communications ARE NOT acceptable in response to this notice.

(h) Technical Inquiries and Questions: All technical inquiries and questions relating to this solicitation are to be submitted via email to Angela.M.Stokes@usace.army.mil and David.G.Ammermann@usace.army.mil  Offerors shall submit questions at least 2 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and to amend the solicitation, if necessary. Offerors must review the specifications in their entirety and review the www.SAM.gov website for answers to questions prior to submission of an inquiry

                                 

FAR 52.212-2 - Evaluation -- Commercial Items:

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government.

The following factors shall be used to evaluate offers:

1) Lowest Price

2) Technically Capability

The Government will issue an award to the offeror whose quote is the Lowest Price that is determined to meet at least the minimum requirements to be determined Technically Capable.

(1) Technically Capable is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached specifications, including evidence of the offeror's capability to provide the items specified and the ability to meet or exceed the specified delivery schedule. It is imperative that the offeror submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the Government to determine technical capability and quoted price may be cause for rejection of your quote.

(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)

The following FAR clauses and provisions may apply to this acquisition:

52.203-3 Gratuities

52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper

52.204-7 System for Award Management

52.204-13 System for Award Management Maintenance

52.212-3 Offerors Representations and Certifications- Commercial Items

52.212-4 Contract Terms and Conditions - Commercial Items;

52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items

52.252-2 Clauses Incorporated by Reference

Additionally, the following clauses/provisions located within FAR 52.212- 5 may apply to this acquisition:

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

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

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

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

52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.219-6 Notice of Total Small Business Set-Aside

52.219-28 Post Award Small Business Program Representation

52.222-3 Convict Labor

52.222-19 Child Labor Cooperation with Authorities and Remedies

52.222-35 Equal Opportunity for Veterans

52.222-36 Equal Opportunity for Workers with Disabilities

52.222-50 Combating Trafficking in Persons

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

52.232-34 Payment by Electronic Funds Transfer – Other than System for Award Management

52.233-3 Protest After Award

52.233-4 Applicable Law for Breach of Contract Claim

The full text of these FAR clauses can be accessed electronically at website:

https://www.acquisition.gov/browse/index/far

The following DFARS Clauses and Provisions may be applicable to this acquisition:

252.203-7000 Requirement Relating to Compensation of Former DoD officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.203-7005 Representation Relating to Compensation of Former DoD officials

252.211-7003 Item Unique Identification and Valuation

252.204-7003 Control Of Government Personnel Work Product

252.225-7001 Buy American and Balance of Payments Program

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

252.232-7010 Levies on Contract Payments

252.243-7001 Pricing Of Contract Modifications

The full text of these DFARS clauses can be accessed electronically at website:

https://www.acquisition.gov/dfars

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.