SYNOPSIS/SOLICITATION - Structural Beam Tester Delivery and Installation USMA
ID: W911SD25QA057Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-WEST POINTWEST POINT, NY, 10996-1514, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

INSTALLATION OF EQUIPMENT- MISCELLANEOUS (N099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Mission and Installation Contracting Command at West Point, NY, is seeking proposals for the delivery and installation of a Structural Beam Tester at the United States Military Academy (USMA). This procurement is specifically aimed at small businesses, with a total set-aside under the Small Business Administration guidelines, and requires compliance with the NAICS code 334519 for Other Measuring and Controlling Device Manufacturing. The equipment will support civil engineering laboratories and is critical for research and academic applications, with an estimated contract value of $22 million and a performance period from July 1, 2025, to June 30, 2026. Interested contractors must submit their proposals via email to Leslie Duron at leslie.a.duron.civ@army.mil, ensuring they are registered in the System for Award Management (SAM) and adhere to all solicitation requirements, including a mandatory site visit on May 14, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the evaluation criteria for awarding a contract under solicitation W911SD-25-Q-A057, focusing on a firm fixed-price agreement for the Structural Beam Tester. The government will select the best offer based on a Lowest Price Technically Acceptable (LPTA) approach, evaluating submissions on technical merit and price. Only quotes meeting the stipulated requirements will be considered, with two main evaluation factors: Technical (acceptable/unacceptable) and Price (analyzed for reasonableness). A site visit for potential offerors is scheduled for May 14, 2025, at West Point, NY, allowing contractors to familiarize themselves with site conditions and clarify any questions. Attendance coordination is required through the designated point of contact, Leslie Duron. This process emphasizes the importance of submitting high-quality initial quotes, as the government intends to avoid further discussions unless deemed necessary.
    The government solicitation pertains to a contract under FAR 52.212-2, focused on procuring services related to a structural beam tester. The award will be made based on a Lowest Price Technically Acceptable (LPTA) process, evaluating offers against technical capabilities and price, where price analysis ensures reasonableness. Providers must submit specifications to demonstrate compliance with the requirements. A contract will be awarded without discussions unless deemed necessary. The document details a mandatory site visit scheduled for May 14, 2025, at West Point, NY, where contractors can familiarize themselves with site conditions and engage with government representatives. Attendance coordination is essential, with specific instructions for visitor access to West Point provided. The file emphasizes the importance of understanding local conditions and preparing an initial quote that reflects the best technical and price proposals.
    The government document outlines specifications for the installation of equipment or systems within a designated location, reflecting requirements typically found in Requests for Proposals (RFPs) and grants. It emphasizes a clear understanding of the installation site to ensure compliance with safety regulations and operational standards. Key elements include site assessments, necessary resources, and adherence to federal or state guidelines that govern the equipment's deployment. The document serves as a framework for potential contractors, guiding them in crafting their proposals while detailing critical timelines, quality expectations, and performance metrics. Overall, it reinforces the government's commitment to efficiently utilizing resources and maintaining high standards in public service installations.
    The Performance Work Statement (PWS) outlines the requirements for acquiring and installing a Structural Beam Tester for the Department of Civil & Environmental Engineering. This will support civil engineering laboratories at the Cyber Engineering and Academic Center (CEAC). The Contractor is responsible for delivering a complete hydraulic testing system, including two linear hydraulic actuators, a hydraulic power unit, and an appropriate digital controller system, with associated training and certification. Installation must be performed by the Contractor, adhering to specific spatial and operational requirements, with a completion deadline set between July 1 and August 31, 2026. Quality control measures are emphasized, requiring the Contractor to submit a Quality Control Plan after contract award and to maintain standards throughout the project. The document details security protocols, including background checks for contractor personnel and compliance with federal regulations. The scope encompasses the entirety of the project, including vendor responsibilities for tools, labor, and adherence to government specifications. Additionally, contractor personnel are required to report labor hours accurately. This PWS serves as a detailed guide for the implementation of this contract, ensuring compliance with safety standards while delivering essential engineering equipment.
    The document outlines a Request for Proposal (RFP) for a Structural Beam Tester as part of a contract issued by the U.S. Army for the Department of Civil and Environmental Engineering at the United States Military Academy. The RFP specifies a requirement for a hydraulic experimental testing machine and emphasizes necessary components, including actuators, hydraulic service manifold, and control systems, among others. Key contractual terms, submission details, evaluation criteria, site visit instructions, and specifications for the installation and setup of the tester are included, highlighting the necessity for compliance with technical standards. The proposal encourages participation from women-owned small businesses and indicates that the project budget is $22 million, with a performance period running from July 2025 to June 2026. The document's structure clearly delineates sections for procurement details, evaluation criteria, and specific technical specifications, establishing a comprehensive framework to ensure vendor accountability and project transparency while fostering small business participation in federal contracts.
    The Women-Owned Small Business (WOSB) solicitation outlines a competitive request for proposals regarding the provision of a Structural Beam Tester for the United States Military Academy's Department of Civil and Environmental Engineering. The contract, with an estimated total award amount of $22,000,000, is open to businesses qualified as WOSBs and aims to fulfill specific technical requirements described in the attached Performance Work Statement. The project anticipates a delivery schedule from July 1, 2025, to June 30, 2026, with inspections taking place at designated locations within West Point, NY. The document highlights key contract elements including solicitation details, item descriptions, payment terms, and specific regulations governing the acquisition process. Various Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulations Supplement (DFARS) clauses are incorporated, emphasizing compliance standards related to telecommunications and ethical contracting practices. The submission process necessitates completion of specific blocks within the form, underlining responsibilities and procedures for contractors. Ultimately, the document serves to guide potential offerors in bid preparation aimed at fulfilling federal government needs while promoting participation by small and disadvantaged businesses.
    The document details an amendment to a government solicitation, extending the deadline for receipt of offers and outlining requirements for acknowledgment of this amendment. Offers must be acknowledged prior to the specified deadline through various methods, including direct communication or acknowledgment in the offer itself. It also includes procedures for modifying existing offers based on this amendment. The document lists changes made in attachment references, including the addition of installation site photos and an updated evaluation addendum, while specifying that all other terms remain unchanged. It details the structure of required modifications, including contractor acknowledgment of the changes. The purpose of this amendment is to ensure all parties have the latest information regarding the solicitation and the applicable requirements. Overall, this amendment reflects standard procedures in the federal procurement process, ensuring clarity and compliance in bid submission and contract management.
    The document outlines the requirements for the installation and setup of a Structural Beam Tester at the West Point Cyber Engineering and Academic Center. The testing machine features a hydraulic system, comprising components such as pumps, actuators, and controllers, and will be delivered and installed by the contractor, who will also provide necessary rigging services. Key specifications include hydraulic actuators with specific tension and compression capacities, a hydraulic power unit, and a control system with real-time capabilities. The contractor must ensure all equipment meets stringent size, safety, and operational standards, with particular emphasis on installation training and on-site support. The project timeframe for completion is from July 1, 2025, through June 30, 2026. This initiative represents a significant investment in advanced testing technology, crucial for research and academic applications within the facility. Overall, the document serves as a comprehensive guide to the procurement and implementation process for the equipment, adhering to government standards for functionality and safety.
    This document outlines the requirements for the procurement and installation of a Structure Beam Tester at the West Point Cyber Engineering and Academic Center. The testing machine comprises multiple components, including hydraulic actuators, a digital controller, and appropriate software. Key tasks for the contractor include equipment delivery, setup, rigging services, and comprehensive operator training. The system must meet stringent specifications, including space constraints for installation, and provide precise hydraulic performance metrics. The specifications detail the capacities and operational requirements of the linear hydraulic actuators, hydraulic power unit, and hydraulic service manifold. Additionally, the document specifies the need for compliance with safety and operational standards, provision of filtration systems, and detailed training for operational staff. All procurement and installation activities are required to be completed between July 1 and August 31, 2026. This project reflects the government's commitment to enhancing engineering capabilities through advanced testing equipment, ensuring all components function safely and efficiently while providing necessary training and documentation for long-term operation and maintenance.
    Similar Opportunities
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    NDT Modernization
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    West Branch Design-Build Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Los Angeles District, is soliciting proposals for a Design-Build Multiple Award Task Order Contract (MATOC) aimed at providing construction services over a five-year period, with a maximum value of $99 million. This opportunity is exclusively set aside for small businesses and encompasses Sustainment, Restoration, and Modernization (SRM) projects, minor military construction (MILCON), and support for various military and civil works programs primarily within Southern California. The contract will facilitate a range of construction activities, including new construction, renovations, repairs, and preventative maintenance for military installations and other federal entities. Interested parties should contact Cameron Stokes at Cameron.Stokes@usace.army.mil or call 213-452-3009 for further details regarding the solicitation process.
    Propeller AeroPoint Ground Control Point Targets
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses from small businesses regarding the procurement of a brand name Annual Propeller AeroPoint Software as a Service Subscription for the Department of Geography and Environmental Engineering at the United States Military Academy in West Point, New York. This sources sought notice aims to gather information to determine if there are at least two qualified small businesses that can meet the requirement, which is crucial for potential set-aside opportunities. The government encourages participation from small businesses across various socioeconomic categories and emphasizes the importance of identifying capabilities at a fair market price. Interested parties must submit their responses by December 16, 2025, at 12:00 PM EST to Dennis Cook at dennis.j.cook8.civ@army.mil, including relevant details such as firm information, past experience, and recommendations for structuring the contract requirements.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    25--EQUALIZING BEAM.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five Equalizing Beams, identified by NSN 2530011773048. This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and is set aside for small businesses under FAR 19.5. The Equalizing Beams are critical components for vehicular equipment, and the items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    Master Breacher Course Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Master Breacher Course Support at Fort Benning, Georgia. This procurement involves providing materials and labor for training site support, including the construction and maintenance of targets and training aids for the 75th Ranger Regiment's Regimental Master Breacher Course, which is conducted three times a year. The contractor will be responsible for adhering to specific construction standards, ensuring quality control, and complying with safety and environmental regulations, while the government will provide range access and coordination. Proposals are due by December 18, 2025, at 2:00 PM EST, and interested parties should submit their quotes electronically to the designated contacts, Rafael Alamedapabon and Jack Konrat, with no paper submissions accepted.
    Small Business Construction MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is soliciting proposals for a Small Business Construction Multiple Task Order Contract (MATOC). This procurement aims to engage small businesses in the construction of various commercial and institutional buildings, as outlined under NAICS code 236220, with a focus on the construction of miscellaneous buildings. The MATOC is crucial for supporting the Army's infrastructure needs within the North Atlantic Division Area of Responsibility, ensuring that qualified small businesses can contribute to essential construction projects. Interested parties should contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details, as this opportunity is set aside exclusively for small businesses under FAR 19.5 regulations.
    Anchoring Device Solicitation / Synopsis
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to procure anchoring devices (NSN: 1670-00-999-3544) under a total small business set-aside. This five-year contract will be awarded as a Firm Fixed Price (FFP) single-award contract, which includes provisions for a First Article Test Report (FATR) and multiple ordering years. The anchoring devices are critical for military applications, ensuring secure cargo handling and delivery systems. Interested vendors must submit their proposals by December 22, 2025, at 5:00 PM EST, and direct inquiries to Contract Specialist Matthew Kainz at matthew.j.kainz.civ@army.mil, with a cc to Carrie English at carrie.l.english.civ@army.mil.
    Medical Physics Testing
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking proposals for Medical Physics Testing services under a combined synopsis/solicitation format. This procurement is specifically set aside for small businesses, with a focus on commercial items categorized under NAICS code 541990, which encompasses all other professional, scientific, and technical services. The selected contractor will play a crucial role in ensuring the quality and safety of medical, dental, and veterinary equipment and supplies, which is vital for maintaining health standards within military facilities. Proposals are due by 2:00 PM Eastern Daylight Time on December 18, 2025, and must be submitted via email to the designated contacts, Justin Balster and Jason Holck, who will confirm receipt of all submissions.