Intoxilyzer Maintenance Services.
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army / W6QM MICC-FT BLISS is soliciting proposals for Intoxilyzer Maintenance Services at Fort Bliss, TX. This is a Total Small Business Set-Aside for a follow-on contract to provide certified maintenance, calibration, training, and expert testimony for Intoxilyzer 9000 breath alcohol testing instruments. These services are critical for law enforcement's ability to detect and prosecute impaired-driving offenses. Offers are due April 14, 2026, at 10:00 AM MST.
Scope of Work
The contractor will provide certified maintenance, calibration, servicing, and inspection for three (3) Intoxilyzer 9000 machines at Fort Bliss, TX, ensuring compliance with Texas State certification requirements. Key services include:
- Maintenance & Calibration: Monthly on-site inspections, calibration verification, new calibrations, and servicing to maintain a minimum 95% operational readiness.
- Training: Annual certification training for 10-15 Fort Bliss Law Enforcement Officers in July and annual recertification for 20-30 officers in February, covering use, knowledge, and certification of the Intoxilyzer 9000.
- Expert Testimony: Provide courtroom testimony as needed.
- Record Keeping: Maintain and provide current inspection, maintenance, test, analysis, diagnostic, error, and operator records for five (5) years.
- Response: Respond to machine failures within three (3) hours during normal operating hours and to emergency calls outside normal duty hours.
- Deliverables: Monthly Diagnostic Reports, Monthly Invoices, and Expert Testimony.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) Request for Quote (RFQ) under FAR Parts 12 and 13.
- Period of Performance: One (1) base year (April 29, 2026 - April 28, 2027) with four (4) 12-month option years, extending performance up to October 28, 2030. A six-month extension option under FAR clause 52.217-8 is also available.
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 541380, with a size standard of $19,000,000.00.
- Offer Due Date: April 14, 2026, at 10:00 AM MST.
- Published Date: April 1, 2026.
Evaluation & Submission
- Evaluation Factors: Award will be made to the responsible offeror whose proposal is most advantageous to the Government, considering technical capability, price, and past performance. Technical acceptability is a prerequisite.
- Submission Method: Email only to the listed points of contact.
- Required Submittals: Form 1449, Quote on Company's Letter Head, and Specification Sheet.
- Quotation Validity: Minimum of 60 calendar days.
Additional Notes
This is a follow-on contract to the current contract W911SG22P0039. Offerors must be registered in the System for Award Management (SAM). All questions must be submitted via email by March 30, 2026, at 10:00 AM MST. The contractor must be a Texas State Certified Intoxilyzer 9000 service and maintenance provider and comply with all relevant Texas State and Federal regulations. Personnel will require background checks and comply with installation access policies.