Universal Tension Testing Machines
ID: W911SD-25-Q-A080Type: Solicitation
Overview

Buyer

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

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

INSTALLATION OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (N066)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses to supply and install two Universal Tension Testing Machines at the United States Military Academy in West Point, New York. The procurement includes not only the machines but also installation, testing, calibration, and training services, with a performance period set from September 1, 2025, to August 31, 2026. These machines are critical for supporting laboratories within the Cyber Engineering and Academic Center, ensuring compliance with high operational standards and safety protocols. Interested vendors must complete the required Solicitation (SF1449) and submit their quotes by the specified deadline, with all inquiries directed to Dayanna Wallace at dayanna.wallace.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications related to a facility's loading dock and elevator, critical for potential contractors responding to government RFPs. Key dimensions include a loading dock door measuring 10 feet by 10 feet and a high bay door sized at 12 feet by 13.625 feet. The elevator, with a capacity of 14,000 pounds, has a footprint of 10 feet by 10 feet. Additionally, the document notes a layout for an EC230A machine, indicating the presence of two machines operating on a three-phase power supply at 208 volts. These technical specifications are essential for assessing compatibility and planning operations, guiding contractors in their proposals to meet federal, state, or local requirements while ensuring safety and operational efficiency.
    The document outlines the performance requirements for the delivery and installation of two Universal Tension Testing Machines by a contractor. The key deliverables include transporting, unpacking, and fully installing the machines, along with providing necessary components, materials, and technician training. The contractor must ensure that the machines are validated against known operational standards through successful certification testing, with laboratory results subject to governmental verification. The agreement stipulates that installation oversight, including rigging equipment and electrical connections, is the contractor's responsibility. Compliance inspections are mandated, wherein 100% inspection will be conducted to ensure all tasks are satisfactorily executed. Any trends indicating less than acceptable performance may lead to reduced monthly payments at the discretion of the Contracting Officer, per an established deduction plan. The document serves as a Request for Proposal (RFP) guideline within the federal and state/local contracting framework, emphasizing the importance of quality delivery, rigorous testing, and compliance with operational standards. Its purpose is to ensure that the contractor meets the specified performance standards while providing accountability through the outlined monitoring methods and potential financial penalties for non-compliance.
    The Performance Work Statement outlines a contract for purchasing and installing two Universal Tension Testing Machines for the Department of Civil & Mechanical Engineering, designated to support laboratories in the Cyber Engineering and Academic Center (CEAC). The contractor is responsible for delivering equipment that meets specified high standards, including a load capacity of 100 kN, and ensuring it is fully operational through installation, testing, calibration, and staff training. Key objectives include the provision of all necessary components, equipment, and services while adhering to quality control measures outlined by the government. The contract stipulates compliance with security and safety protocols, as well as the establishment of a Quality Control Plan. The installation must occur between July 1 and August 31, 2026, and the contractor is tasked with ensuring all aspects of the setup meet government specifications, with verifications needed from the customer. This document serves as a critical framework for procurement and operational compliance, reflecting standard practices in federal contracting for technology and equipment installation vital for supporting academic research and development in engineering fields. The emphasis on details such as facility connections and utility requirements highlights the document's thorough approach to project execution within a government context.
    The Request for Information outlines requirements for a Universal Tension Testing Machine to be housed in Room EC-230A. Key logistical details include an accessible loading dock, with truck specifications confirming that a lift gate is unnecessary, as equipment can be brought in through a High Bay space. Door sizes are provided to facilitate movement, and a freight elevator with a capacity of 14,000 lbs is available for transporting equipment to the second floor. Importantly, the document emphasizes the need for adequate power receptacles, specifying options for 3-phase and single-phase connections. Vendors must verify existing power conditions, including breaker compatibility, and make provisions for transformer use if necessary. This RFI is part of the government’s efforts to gather information on potential contractors and ensure provided equipment meets operational and safety standards prior to installation.
    This document outlines a solicitation for a Women-Owned Small Business (WOSB) contract to provide Universal Tension Testing Machines with installation services for the Department of Mechanical and Aerospace Engineering at West Point, NY. The overall objective is to acquire two machines and associated services, with a performance period from September 1, 2025, to August 31, 2026. Key details include the requirements for unique item identification for delivered products, including serial numbers and applicable federal acquisition regulations (FAR) clauses. The solicitation also highlights compliance with specific laws and executive orders relevant to federal contracting, such as the Buy American Act and provisions for small business participation. The contractor is expected to adhere to strict reporting, invoicing, and performance standards as outlined in the referenced clauses, ensuring transparency and accountability throughout the procurement process. This contract represents an effort to engage small businesses and promote equitable participation in federal contracts, aligning with broader government objectives to enhance diversity within the contracting landscape.
    This document outlines requirements for vendors participating in a federal Request for Proposal (RFP) related to trade compliance under the Trade Agreements Act (TAA) and Buy American provisions. Vendors must self-certify the country and city of origin for materials and goods supplied, specifying where these items are manufactured or sourced. Additionally, upon receiving the contract award, vendors are required to provide an estimated lead time for delivery of the items listed in the Contract Line Item Numbers (CLINs). This emphasizes the importance of transparency in sourcing and timely delivery, ensuring compliance with national trade regulations and supporting domestic manufacturing where applicable. The document underscores the government's commitment to compliance and regulatory adherence in procurement processes, aiming for a reliable supply chain while fostering local industry.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Watervliet Arsenal - Sheet Metal Shear
    Dept Of Defense
    The Department of Defense, specifically the Army's Watervliet Arsenal, is seeking proposals from qualified small businesses to supply a hydraulic sheet metal shear. The procurement involves one unit of a hydraulic shear with a shearing length of 52 inches, requiring a 3-phase 220V, 15HP power supply, with specifications matching Baileigh Industrial Holdings Part BA9-1007087 or an equivalent product. This equipment is crucial for the arsenal's manufacturing operations, emphasizing the importance of quality and timely delivery, as past performance will significantly influence the evaluation process. Interested vendors must submit their quotes electronically and adhere to various compliance requirements, including security policies and reporting obligations, with inquiries directed to Stephanie Webster at stephanie.a.webster8.civ@army.mil or by phone at 518-266-4368.
    Dual High Resistance Bridge System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Services, is seeking quotes for the procurement of a Dual High Resistance Bridge System or an equivalent unit due to the obsolescence and aging of existing test equipment. This procurement aims to ensure accuracy and stability in resistance measurements, which are critical for the Army's operational capabilities. The required system includes components such as high resistance coaxial matrix scanners, programmable voltage sources, temperature-stabilized high resistance standards, air baths, and an equipment rack. Interested vendors must submit their quotes by January 15, 2026, at 3:30 PM CDT, and can direct inquiries to Ben Hymas or Shalanda McMurry via email.
    Calorimeter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Differential Scanning Calorimeter, brand name TA Instruments, part number 973800.904, to be delivered to the McAlester Army Ammunition Plant. The required equipment, which includes a Discovery DSC250 with an autosampler and MDSC, is essential for chemical analysis and research applications within military operations. This opportunity is set aside for small businesses under the SBA guidelines, and interested vendors should reach out to Treaver Price at treaver.price.civ@army.mil or 918-420-6009, or Molly Dunkin at molly.e.dunkin.civ@army.mil or 918-420-6477 for further details. The solicitation is part of a Combined Synopsis/Solicitation notice, and potential bidders should review the attached scope of requirements in PIEE for additional specifications.
    Large Roundness Machine
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for a "Large Roundness Machine" to be delivered to Tinker Air Force Base in Oklahoma. The procurement requires a high-accuracy Roundness and Geometry Measuring System (RGMS) that meets stringent specifications, including a robust construction, environmental compliance, and advanced metrology capabilities. This equipment is crucial for verifying the dimensional integrity of component parts and tooling, ensuring quality control in manufacturing processes. Interested vendors, particularly Women-Owned Small Businesses, must submit their proposals by January 16, 2026, following the issuance of the solicitation on December 16, 2025. For further inquiries, potential bidders can contact Janee Nesbit or Anthony Dollard via their respective emails.
    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.
    BPA Hydraulic Lifting Equipment
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM), is seeking information from vendors regarding the maintenance and certification of hydraulic lifting equipment at Building 66, located in Natick, MA. The procurement aims to secure inspections, certifications, repair services, and preventive maintenance for various hydraulic equipment, including forklifts, hoists, and lifting devices. This initiative is crucial for ensuring the operational readiness and safety of equipment used by the Army. Interested vendors must submit their responses, including company details and capabilities, by 1:00 PM EST on January 8, 2026, to the primary contact, Michael Dion, at michael.a.dion11.civ@army.mil, with a copy to Brandon Rivett at brandon.j.rivett.civ@army.mil.
    Reconstruction of Thayer Hall at the United States Military Academy, West Point, New York
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking capabilities from both Small and Large Businesses for the reconstruction of Thayer Hall, a General Instruction Facility at the United States Military Academy in West Point, New York. This significant project, estimated to exceed $500 million, is part of the Academic Building Upgrade Program aimed at modernizing academic facilities and addressing a critical shortage of instructional space. The scope includes the demolition of a 1955 addition, rehabilitation of the original 1911 structure, and the construction of a modern facility that will house various academic, administrative, and support spaces, along with updated building systems and site improvements. Interested firms must submit their responses, including qualifications and experience, by January 2, 2026, to Brian Mannion at brian.t.mannion@usace.army.mil.
    6635 - 66 -- TESTER, TORQUE WRENCH
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking to negotiate and award a contract for a Tester, Torque Wrench, under a justification for other than full and open competition. This procurement is critical for ensuring the accuracy and safety of torque indicating equipment used on various naval ship classes, including DDG, NBU, SSGN, and CG 65, as the item is essential for verifying torque settings in military applications. The only approved source for this item is A K O Inc, which has met all necessary qualifications to provide the required equipment. Interested parties can reach out to Daniel Shepley at 1-717-605-7043 or via email at Daniel.C.Shepley.civ@us.navy.mil for further details regarding this opportunity.
    DMGMori ServiceRemedial/Emergency for Watervliet Arsenal, Watervliet, NewYork (SOLE SOURCE)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is soliciting quotes for a maintenance agreement for DMG MORI CNC Production Machines, specifically for remedial and emergency repairs. The contract will cover labor, materials, and equipment necessary for these repairs from January 1, 2026, to December 31, 2026, and emphasizes strict adherence to delivery schedules and quality standards, with past performance being a critical evaluation factor. This procurement is vital for maintaining the operational efficiency of the machinery used in defense production, ensuring that the equipment remains functional and reliable. Interested parties should submit their electronic bids in the specified formats, and for further inquiries, they can contact Christopher Battiste at christopher.k.battiste.civ@army.mil or by phone at 518-266-4607.