Sources Sought Notice - Universal Testing Machine - USMA
ID: W911SD25QA058Type: Sources Sought
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 bids for the delivery and installation of a Universal Testing Machine (UTM) to support the Department of Civil & Environmental Engineering at the United States Military Academy (USMA). The contract encompasses the procurement, installation, and validation of the UTM, which is essential for conducting various mechanical tests in civil engineering laboratories, ensuring compliance with safety regulations and quality control standards. The total award amount is approximately $22 million, with a performance period from July 1, 2025, to June 30, 2026, and bids are due by 12:00 PM on May 28, 2025. Interested parties must register as a Small Business in the System for Award Management (SAM) and submit their proposals via email to Leslie Duron at leslie.a.duron.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the evaluation process for a government solicitation under FAR Clause 52.212-2, highlighting that a Firm Fixed Price Contract will be awarded based on the Lowest Price Technically Acceptable selection method. The award will be given to the offeror whose quote meets the requirements and offers the best overall value, assessed through factors including Technical capability, Past Performance, and Price. Key evaluation criteria encompass two main factors: Technical and Price. Submissions must demonstrate adherence to technical specifications and competitive pricing, although price will not receive a numerical score. Additionally, an invitation is extended for a site visit to familiarize prospective offerors with local conditions and project specifics, emphasizing the importance of meeting in person. Details for the site visit, including date, time, and contact information for coordination, are provided. Overall, this solicitation process seeks to foster competition and ensure the government receives quality services at reasonable prices while maintaining strict compliance with federal regulations.
    The document outlines the evaluation criteria and procedures for awarding a federal contract using the Lowest Price Technically Acceptable source selection method. It specifies that the contract will be awarded to the responsible offeror whose submission aligns with the solicitation requirements, based on a thorough assessment of technical capabilities and pricing. The evaluation will focus on two main factors: Technical and Price. The Technical factor is rated as either Acceptable or Unacceptable, requiring the offeror to demonstrate relevant experience and meet solicitation specifications. Price evaluation will ensure reasonableness using established price analysis techniques without assigning a score. The document also announces a site visit for potential bidders to familiarize themselves with project conditions, scheduled for May 14, 2025, with specific attendance requirements outlined. The site visit will further facilitate understanding of the project scope, addressing any questions and potential changes. Contractors must pre-register for the site visit and comply with security protocols at the facility. Overall, this document serves as a key guideline for prospective bidders, clarifying evaluation criteria and logistical details essential for participation in the bidding process.
    The document outlines the requirements for the installation of specified systems at a designated location, focusing on compliance with applicable federal regulations and local guidelines. It emphasizes the importance of a thorough assessment of site conditions prior to installation, requiring contractors to evaluate existing infrastructure and prepare for any necessary modifications. The request invites proposals from qualified vendors to provide detailed installation plans that ensure efficiency and safety standards are met. Key elements include adherence to safety protocols during the installation processes and coordination with local authorities to ensure minimal disruption. This document reflects a broader initiative to enhance government facilities through systematic upgrades, thereby maintaining operational integrity while prioritizing worker and public safety.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal contract for purchasing and installing a Universal Testing Machine (UTM) for the Department of Civil & Environmental Engineering at the United States Military Academy. The main goal is to support civil engineering laboratories with a UTM equipped with hydraulic components, ensuring a maximum load capacity and operational efficiency. The contract includes the delivery, installation, and validation of the UTM, along with training for laboratory staff. The contractor must ensure compliance with quality control standards, safety regulations, and establish a property management system for government-furnished equipment. The work is set to occur over two months, with strict timelines and quality assurance processes. A comprehensive security and information management protocol is required for contractor personnel to protect sensitive data and maintain safety regulations. Additionally, the contractor must adhere to federal holidays and establish a system for accurate reporting of labor hours to facilitate program oversight. Overall, the document emphasizes the importance of communication between the government and the contractor, aiming to achieve a smooth and compliant installation of the UTM by ensuring thorough oversight, quality, and safety throughout the contract period.
    The Performance Work Statement (PWS) outlines the requirements for procuring a Universal Testing Machine (UTM) for the Department of Civil & Environmental Engineering at the U.S. Military Academy. The contract is non-personal and emphasizes the contractor's responsibility for installation and training while ensuring compliance with government standards. Objectives include delivering a UTM with specified capabilities, performing onsite installation, ensuring operational performance, and providing necessary training and support. The contractor must manage quality control, adhere to safety regulations, and establish effective reporting for manpower and performance. The document specifies the scope of work, including the provision of rigging equipment, utilities connection, and compliance with security requirements for contractor personnel. A period of performance is set for two months, with expectations for reporting labor hours and maintaining all necessary documentation. The overarching purpose is to enhance the civil engineering program's laboratory capabilities while ensuring stringent quality assurance and safety measures are upheld throughout the contract duration. This PWS serves as a detailed guideline for contractors bidding on federal grants and RFPs related to laboratory equipment installations, ensuring accountability and clarity in service delivery.
    The document outlines a Request for Proposal (RFP) for a Universal Testing Machine (UTM) required by the Department of Civil and Environmental Engineering at West Point. It specifies the delivery, installation, and operational requirements for the UTM, which is vital for civil engineering applications. The machine must include components such as hydraulic pumps and actuators, and it should be delivered and installed at the Cyber Engineering and Academic Center between July 1, 2025, and June 30, 2026. Contractors are expected to oversee all aspects of the installation, which involves providing necessary equipment, rigging services, and connections to existing utilities. The solicitation emphasizes the importance of adhering to safety and operational standards, and includes stipulations for contractor training and equipment maintenance. This RFP aims to procure a high-capacity testing machine, ensuring it meets specified technical capabilities and compliance with government contracting standards, thereby facilitating rigorous testing processes in civil engineering studies.
    The Women-Owned Small Business (WOSB) solicitation seeks bids for a Universal Testing Machine (UTM) to support civil engineering laboratories at the Department of Civil and Environmental Engineering. The total award amount is approximately $22 million, with bids due by 12:00 PM on May 28, 2025. The machine will be delivered to Goethals Hall, West Point, NY, over a performance period from July 1, 2025, to June 30, 2026. The request includes specifications detailing the machine's requirements, including a hydraulic pump, actuators, and a digital controller. It mandates federal clauses governing contracting processes, which cover various aspects such as payment instructions, safety guidelines, and environmental regulations. The contracting office will evaluate proposals based on technical capability, price, and past performance, ensuring adherence to federal regulations while fostering participation from small and economically disadvantaged businesses. This effort underscores ongoing federal initiatives to support women-owned enterprises and enhance engineering educational resources.
    This document is an amendment to a solicitation regarding a government contract. It details the procedures for acknowledging receipt of the amendment, including three acceptable methods: completing specific items and returning copies, acknowledging on the submitted offer, or communicating via letter or electronic means. Failure to confirm receipt could result in the rejection of the offer. The amendment extends the deadline for submitting offers and updates specifications by adding installation location photos. Furthermore, it lists changes to various contract documents, with new attachments and modifications, including a new addendum related to evaluation criteria and the addition of photos related to the installation site. The adjustments emphasize clarity in evaluation procedures as well as modifications to ensure proper understanding of project expectations. This amendment illustrates key elements of government contract management, emphasizing adherence to submission protocols and the importance of precise specification updates for optimal project execution.
    The document outlines the specifications and requirements for the installation and setup of a Universal Testing Machine at the West Point Cyber Engineering and Academic Center. The machine, essential for material testing, includes components like a hydraulic pump, actuators, and a digital controller. The contractor is responsible for the delivery, rigging services, installation of necessary electrical and hydraulic connections, and on-site training of operators. Key requirements include a specified load capacity of 450,000 lbf, a confined setup space, and the provision of relevant accessories. Electricity requirements and safety validations are highlighted, with specific instructions for installation between July 1 and August 31, 2026. All removed debris must be disposed of by the contractor, and thorough operation and maintenance manuals should accompany the installation. This document serves as a Request for Proposal (RFP) aimed at securing qualified vendors for the procurement and setup of advanced testing equipment crucial for research and engineering applications.
    The document outlines the Statement of Work (SOW) and specifications for the procurement and installation of a Universal Testing Machine at the West Point Cyber Engineering and Academic Center. The machine, which features components such as a hydraulic pump and a digital controller, will have a load capacity of 450,000 lbf and be capable of conducting various mechanical tests. The contractor is responsible for delivering, rigging, and installing the machine, including any necessary power requirements and facility modifications. Additionally, the contractor must conduct a one-day on-site training session after setup. Key requirements include a tight spatial fit for installation, necessary safety components, and accuracy standards adhering to various national and international measurement standards. All installation work is to be completed between July 1, 2025, and June 30, 2026, and all waste must be removed by the contractor post-installation. This RFP exemplifies the federal government’s structured approach to acquiring specialized equipment, ensuring it meets operational needs while adhering to safety and regulatory standards.
    Similar Opportunities
    Portable Student Laboratory System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Portable Student Laboratory System through a Combined Synopsis/Solicitation notice. This procurement aims to acquire laboratory equipment that will enhance educational experiences at the United States Military Academy, located at West Point, NY. The system is crucial for providing students with hands-on learning opportunities in analytical laboratory practices. Interested small businesses are encouraged to reach out to Paul Maxwell at paul.maxwell@westpoint.edu or call 845-938-2845 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Customized Machine Base for Cannon Manufacturing Process Equipment for the Watervliet Arsenal
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is soliciting bids for a customized machine base designed for cannon manufacturing process equipment. This procurement requires the design, fabrication, installation, and training for a machine base capable of handling large workpieces, with specific dimensions and operational capabilities outlined in the Statement of Work. The machine base is critical for enhancing the manufacturing process of artillery systems, ensuring operational efficiency and precision. Proposals are due by December 16, 2025, and interested parties are encouraged to attend a site visit on December 15, 2025, to gain further insights into the project requirements; RSVP is required. For inquiries, contact Amanda Robinson at amanda.p.robinson2.civ@army.mil or 518-266-4931.
    Multiple Award Task Order Construction Contracts (MATOC) at Tobyhanna Army Depot
    Dept Of Defense
    The Department of Defense is initiating a presolicitation for Multiple Award Task Order Construction Contracts (MATOC) at the Tobyhanna Army Depot (TYAD) in Pennsylvania. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for minor construction, repairs, maintenance, alterations, and emergency services, requiring contractors to provide all necessary labor, materials, and equipment. The contract is a total small business set-aside, with a magnitude between $25 million and $100 million, and the solicitation is expected to be issued around January 13, 2026. Interested contractors must be registered in SAM.gov and can contact Justin Marino at justin.m.marino2.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information.
    Hydro-Mechanical Unit (HMU) Harness Tester
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the design and provision of a Hydro-Mechanical Unit (HMU) Harness Tester, identified as LTCT31902-1, to meet specific testing requirements for the HMU part number 2541347. This procurement is crucial for ensuring the reliability and functionality of electrical components used in military applications, particularly in the context of communication and energy systems. Interested vendors should reach out to Ellen Bethea at ellen.r.bethea.civ@army.mil or call 571-588-0957 for further details regarding the solicitation process and requirements.
    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.
    Multiple Award Task Order Contract for Design Build/Design Bid Build (DB/DBB) West
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Multiple Award Task Order Contract (MATOC) focused on Design Build/Design Bid Build (DB/DBB) projects in the Charleston District. This contract aims to establish a pool of up to seven contractors for general construction projects, with a total capacity of $99 million, to be utilized over a three-year base period and an additional two-year option period. The work will be conducted west of the Mississippi River, emphasizing the importance of efficient construction services in supporting military infrastructure. Interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further details, with the formal solicitation expected to be announced within the next 15 to 30 days.
    403873 FLW AIT Barracks Complex II Phase 2
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.
    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.
    FY23-28 General Construction Services BPA - W911S223S8000
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.
    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.