Temperature and Relative Humidity (TRH) Probes Calibration and Repair
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 Mission and Installation Contracting Command (MICC), U.S. Army Dugway Proving Ground (DPG), is conducting market research through a Sources Sought/Request for Information (RFI). The purpose is to identify qualified vendors capable of providing off-site calibration and repair services for Temperature and Relative Humidity (TRH) probes in support of the DPG Meteorology Branch. Responses are due May 26, 2026.
Scope of Work
- Services: Off-site calibration and repair for approximately 353 Government-owned TRH probes.
- Probe Models: Includes HMP155 (209 units), HMP45/HMP45AC (110 units), HygroVue 10 (110 units), and EE181 (34 units).
- Standards: All calibrations must be traceable to SI Units through NIST and comply with Army Regulation AR750-43.
- Repair Process: Contractor must provide a written list of necessary repair parts and associated pricing for Government approval prior to commencing repairs.
- Documentation: Formal calibration test reports are required in both physical hard copy and digital PDF format, detailing "As Found" and "As Left" data.
- Turnaround Time: Services must be completed within 45 calendar days of equipment receipt.
- Logistics: The contractor is responsible for secure packaging and safe return shipment of equipment.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Anticipated NAICS Code: 811210 (Electronic and Precision Equipment Repair and Maintenance) with a size standard of $34M.
- Set-Aside: None specified (market research stage).
- Response Due: May 26, 2026, by 10:00 AM MDT.
- Published: May 14, 2026.
Submission & Evaluation
Interested vendors must submit a capability statement (no longer than 5 pages) via email. The statement should address:
- Business size and socioeconomic status (e.g., Large, Small, SDVOSB, WOSB).
- Technical capability for the specified probe models.
- NIST traceability and quality control processes.
- Ability to meet the 45-day turnaround time.
- Subcontracting plans (if applicable).
- Existing federal contracts.
- Feedback on the Performance Work Statement (PWS).
Additional Notes
This is an RFI for planning purposes only and does not constitute a solicitation or request for proposal. Responses are not offers and cannot be accepted to form a binding contract. Responders are solely responsible for all expenses associated with their submission. Any future solicitation will be posted on SAM.gov.