Pipette Calibration System
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 Air Force, AFMETCAL is soliciting proposals for a Pipette Calibration System under RFQ FA226326Q0003. This Full and Open Competition opportunity seeks 1-4 new, commercial/COTS systems, including a three-year OEM warranty and associated data, to support USAF PMELs. Proposals are due April 20, 2026, at 2:00 PM EST.
Scope of Work
The requirement is for a Pipette Calibration System capable of performing gravimetric calibrations of pipettes (2 µL to 5 mL) in accordance with ISO8655:2022. The system must replace the Mettler-Toledo XPE26PC and include:
- ISO8655:2022 compliance with a minimum 50 mL waste container.
- Reliability to maintain ISO8655:2022 repeatability for at least 12 months, with a maximum 10-second stabilization time.
- Integrated environmental monitoring and all necessary calibration software/tools.
- A controller operating on Microsoft Windows 10 or 11 LTSC 64-bit OS (Lenovo brand controllers are not acceptable).
- Perpetual software license with features for pipette identification, tracking, automated calculations, reporting, and data export.
- On-site installation and two days of training for up to four personnel.
Contract Details
- Type: Firm-Fixed Price contract under Simplified Acquisition Procedures.
- Quantity: 1-4 Pipette Calibration Systems, including options.
- Warranty: Minimum three (3) year OEM warranty.
- Delivery: FOB Destination to PMEL locations (AFMETCAL Engineering, Edwards AFB, Randolph AFB, Wright-Patterson AFB). The first production unit is required within 90 calendar days of award for government testing.
- Set-Aside: Full and Open Competition (UNRESTRICTED).
- NAICS: 334516 (1000 employees size standard).
Submission Requirements
Offerors must submit proposals electronically via DoD SAFE (https://safe.apps.mil/) no later than April 20, 2026, at 2:00 PM EST. Proposals must be valid for 90 days and consist of two electronic volumes:
- Volume I: Completed RFQ with pricing, including a cover letter detailing any exceptions.
- Volume II: Technical Proposal (maximum 50 pages), providing a clear, concise, line-by-line response to the Purchase Description (26M-632A-MA, Rev. 2) with supporting technical literature.
- Required Information: Taxpayer Identification Number (TIN), CAGE Code, DUNS Number, commercial price list, and a copy of the proposed 3-year OEM warranty.
- Data Deliverables: Commercial-Off-The-Shelf (COTS) Manuals and 2D Engineering Drawings (Technical Data Package) in iPDF format on CD/DVD, as specified in the Contract Data Requirements List (CDRL).
- Note: An amendment (0001) corrected the Instructions to Offerors, clarifying that a "proposal evaluation unit" is not required.
Evaluation Criteria
Award will be based on Technical Acceptability and Price, with Technical Acceptability being significantly more important than cost or price. Offerors must ensure their SAM registration is active and current.
Key Dates & Contacts
- Published Date: March 20, 2026 (amended)
- Offers Due: April 20, 2026, 2:00 PM EST
- Primary Contact: Benjamin Bailey, benjamin.bailey.9@us.af.mil, 937-713-5846
- Secondary Contact: Thomas Carson, thomas.carson.2@us.af.mil, 9377135844