NOTICE OF INTENT TO SOLE SOURCE -- Quantity (Qty) two (2) non-contact video extensometer systems for use at high temperature material testing
ID: W911QX-25-Q-0065Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Defense, specifically the Army Research Laboratory, intends to procure two non-contact video extensometer systems for high-temperature material testing through a sole-source contract with Instron Corp. This procurement is critical for advancing material testing capabilities, as the extensometers will be utilized in various research and development projects at Aberdeen Proving Ground, Maryland. The contract, which is expected to be a Firm Fixed Price type, includes delivery of the systems by June 30, 2025, along with installation and training services. Interested parties can reach out to Melissa M Murphy at Melissa.m.murphy20.civ@army.mil or Thomas Jurgens at thomas.c.jurgens.ctr@army.mil for further details, with proposals due five business days from the solicitation posting.

    Files
    Title
    Posted
    The document outlines a solicitation for two non-contact video extensometer systems required for high-temperature material testing, as part of a combined synopsis/solicitation under the federal acquisition guidelines. The solicitation number is W911QX25Q0065, and the government intends to negotiate solely with Instron Corp. for this procurement. The delivery of the systems is expected by June 30, 2025, to the Army Research Laboratory located in Aberdeen Proving Ground, MD. The acquisition consists of several line items, including the advanced video extensometers, lenses, strain measurement options, and installation and training. A Firm Fixed Price (FFP) contract is contemplated, with offers due five business days from the posting of the solicitation and to be submitted via email. Important clauses and terms relating to federal acquisition procedures, including those addressing solicitation provisions, contract terms, and compliance requirements, are included. The summary highlights the government's commitment to using specified commercial procurement guidelines while ensuring transparency in contracting processes.
    The document outlines a contract solicitation by the U.S. Army Combat Capabilities Development Command (CCDC) Army Research Laboratory (ARL) for services from Instron Corp. The contract will be a Firm Fixed Price type, requiring proposals from offerors but primarily intending to negotiate with a single source. Key provisions include government inspection and acceptance protocols at Aberdeen Proving Ground, Maryland, and a tax exemption certificate for Maryland retail sales tax. It specifies payment instructions and document submission procedures through the Wide Area Workflow (WAWF) system. Additionally, there are clauses regarding telecommunications equipment and services, particularly concerning prohibited equipment linked to national security. Offerors must comply with various commercial acquisition provisions including those related to cybersecurity and economic restrictions on materials from certain foreign adversaries. The document emphasizes critical factors like the necessity for offerors to adhere to outlined requirements, inclusivity of all quantities in proposals, and the need for a unique identification system for items delivered under the contract. It serves as guidance for businesses interested in contracting with the Army, underscoring the government's procurement standards and compliance responsibilities.
    Similar Opportunities
    Notice of Intent to Sole Source Universal Testing Machine ETM 602 Manual control to VMC and Model 300SL
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to procure two Model 300SL Universal Testing Machines and retrofit an ETM 602 through a sole-source contract. This procurement is justified under FAR Part 13.501, which allows for simplified procedures in cases where only one source can meet the agency's specific technical requirements for universal testing machines in a controlled environment. The acquisition aims to enhance the agency's equipment capabilities, ensuring compliance with regulatory standards while streamlining the procurement process. Interested parties can reach out to Agnes Burke at agnes.v.burke.civ@army.mil for further details regarding this opportunity.
    Quantity (qty) one (1) High Temperature Characterization Suite which will consist of two separate systems: a Dilatometer and Simultaneous Thermal Analyzer (STA).
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking information from potential suppliers for a High Temperature Characterization Suite, which includes a Dilatometer and a Simultaneous Thermal Analyzer (STA). The procurement aims to acquire advanced analytical equipment capable of operating at extreme temperatures, essential for research in materials science, particularly in defense applications. The dilatometer must function at maximum temperatures of 2800°C in inert and 1600°C in oxidizing atmospheres, while the STA should reach up to 2400°C, with stringent performance specifications outlined in the solicitation. Interested parties are encouraged to respond by March 13, 2025, and can contact Melissa M. Murphy at Melissa.m.murphy20.civ@army.mil or Thomas Jurgens at thomas.c.jurgens.ctr@army.mil for further details.
    Dytran accelerometers
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure tri-axial accelerometers, specifically the Model 7603D5, as outlined in a special notice. The procurement includes the purchase of 10 accelerometers, along with 10 adhesive mounting bases and 10 cable assemblies, all of which must meet stringent technical specifications, including an amplitude range of +/- 50 g and a frequency response from 0 to 1200 Hz, to ensure reliable performance in military applications. These accelerometers are critical for detecting motion along three axes and converting acceleration into electrical signals, playing a vital role in various defense-related operations. Interested vendors should direct inquiries to Lenard Wright at lenard.b.wright.civ@army.mil, with delivery expected within 60 days post-contract award to Aberdeen Proving Ground, Maryland.
    Dual Source High Resistance Bridge
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking market insights for the acquisition of a Dual Source High Resistance Bridge and related equipment due to obsolescence of existing systems. The procurement aims to enhance the Army's Test, Measurement, and Diagnostic Equipment capabilities, which are critical for maintaining accurate electrical testing standards. Interested vendors are required to submit a white paper detailing their company information, including business size and socio-economic status, by March 3, 2025, to the designated contacts, Taylor Siskoff and Portia Sampson, via email. It is important to note that this Request for Information does not guarantee future contracting opportunities, and all submitted information will become government property.
    Sources Sought for Mechanical Shock Tester
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking information from vendors regarding a potential contract for a mechanical shock tester to be utilized at Redstone Arsenal, Alabama. This Request for Information (RFI) aims to identify vendors capable of providing a tester that simulates the effects of physical impacts on military packaging and materials, accommodating payloads up to 500 lbs and adhering to industry standards such as ASTM D3332 and MIL-STD-810. The mechanical shock tester is critical for ensuring the reliability and safety of materials under physical stress, featuring capabilities for various shock waveforms, a robust shock table, and integrated data acquisition systems. Interested parties must submit their capabilities statements by March 20, 2025, to Skylar Summers Prince at skylar.r.summersprince.civ@army.mil or Lisa Armes at lisa.s.armes.civ@mail.mil, as this RFI is part of the preliminary information-gathering process prior to a potential formal solicitation.
    Nippo Sangyo Dynamic Friction Tester (DFT) for the ERDC GSL
    Buyer not available
    The Department of Defense, specifically the U.S. Army's Engineering Research and Development Center (ERDC), is seeking proposals for the procurement of a Nippo Sangyo Dynamic Friction Tester (DFT) to be utilized in Vicksburg, Mississippi. This equipment is essential for accurately measuring frictional properties in accordance with ASTM standards, specifically ASTM E1911-19 and ASTM E1960-07(2023), and must operate at speeds ranging from 0 to 80 km/h while being compatible with Microsoft Windows 10. The DFT will play a crucial role in supporting federal standards for friction measurement, which is vital for infrastructure projects. Interested small businesses are encouraged to submit their quotes, including shipping costs, with a delivery deadline of no later than 120 days post-award. For further inquiries, potential bidders can contact Angie Stokes at Angela.M.Stokes@usace.army.mil or David Ammermann at david.g.ammermann@usace.army.mil.
    Attenuator Set
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking qualified vendors to provide accredited calibration and repair services for specific test units, including an AC Current Shunt Set and Thermal Voltage Converters. The objective is to ensure that the calibration levels exceed those of original equipment manufacturers (OEM), thereby enhancing the accuracy of military measurement and diagnostic equipment. This initiative is crucial for maintaining the operational readiness and precision of military equipment, reflecting the Army's commitment to high standards in calibration services. Interested parties are invited to submit a white paper by March 26, 2025, detailing their capabilities, company information, and socio-economic status, with submissions limited to three pages and sent via email to the primary contact, Taylor Siskoff, at taylor.c.siskoff.civ@army.mil.
    Notice of Intent to Sole Source - Calibration and Repair Contract for Hidex 300SL Liquid Scintillation Counting (LSC) System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for a Calibration and Repair Contract for the Hidex 300SL Liquid Scintillation Counting (LSC) System. This procurement aims to secure specialized services for the calibration and repair of the LSC system, which is critical for various testing and laboratory applications within the military context. The services will be performed at Aberdeen Proving Ground in Maryland, highlighting the importance of maintaining operational readiness and accuracy in laboratory equipment. Interested parties can reach out to Christine Orr at christine.n.orr.civ@army.mil for further details regarding this opportunity.
    CRD Reflectometer
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Glacier-C Ultrafast Innovations precision cavity ringdown reflectometer, along with associated installation and training services. This advanced measurement technology is critical for accurately assessing reflectance and losses in optical systems, operating across specified wavelength ranges. Interested vendors must ensure compliance with the Trade Agreements Act (TAA) and submit their proposals by 12:00 PM EST on November 15, 2024, with an anticipated award date of December 3, 2024. For further inquiries, potential offerors can contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
    Notice of Intent To Sole Source With Evident Scientific for Repair Services and Software Upgrade for Olympus LEXT OLS4100 microscope
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to procure repair services and a software upgrade for an Olympus LEXT OLS4100 microscope, which is critical for research in graphene quantum Hall devices. Due to a recent failure, expedited service is required to resume investigations into epitaxial graphene material fabrication, and market research indicates that only Evident Scientific has the necessary capabilities, including OEM replacement parts and proprietary calibration knowledge. This sole-source acquisition is essential for maintaining the functionality of equipment vital to NIST's Quantum Measurements Division, and interested parties are invited to express their interest and capability by March 13, 2025, although no formal solicitation will be issued. For further inquiries, interested parties may contact Ranae M. Armstrong at ranae.armstrong@nist.gov or Donald Collie at donald.collie@nist.gov.