AUTOMATIC EXTRACTION DEVICE
ID: 693C7325Q000013Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION693C73 EASTERN FED LANDS DIVISIONAshburn, VA, 20147, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

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

    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified vendors to provide an Automatic Extraction Device that complies with ASTM D 8159 specifications for measuring asphalt content in hot mix samples. The procurement aims to acquire a fully automated device capable of utilizing specific reagents and analyzing mixtures containing ground rubber tire or aramid fibers, along with necessary equipment and training for operation. This equipment is crucial for laboratory testing and ensuring compliance with specialized testing requirements in asphalt measurement. Interested vendors must submit their quotations by March 20, 2025, at 12:00 PM EST, and can contact Regina P. McDonald at Regina.McDonald@dot.gov or 703-404-6268 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines a prohibition against the use of ByteDance's TikTok on executive agency information technology, as specified in the clause titled "Prohibition on a ByteDance Covered Application." This regulation stems from the Consolidated Appropriations Act, 2023, and the No TikTok on Government Devices Act, which collectively restrict the presence of specific applications on government-owned or contractor-managed equipment. The clause defines "covered application" as TikTok or any related services from ByteDance. Contractors are explicitly prohibited from utilizing these applications on relevant information technology. Any exceptions require written approval from the Contracting Officer, in accordance with Office of Management and Budget Memorandum M-23-13. Furthermore, the clause mandates that subcontracts incorporate this prohibition, ensuring a uniform compliance standard across all levels of the contracting process. The document reinforces the government's commitment to cybersecurity and data protection in its operations.
    The Federal Highway Administration is procuring Infratest USA GTR model asphalt for laboratory testing, specifically utilizing the GTR Asphalt Analyzer. This brand name acquisition is justified under the FAR guidelines, highlighting that the Infratest model is essential due to its unique capabilities. Extensive market research indicates that this specific model is the only one that accommodates testing for mixtures with synthetic fibers or ground tire rubber. Additionally, it is the sole model that can utilize dimethylchloride as a solvent without requiring a chiller for TCE use, as it employs heat and vacuum technology. Other tested brands lack adequate filtration systems for collecting ground tire rubber and fibers and have proven ineffective with the necessary solvents, reinforcing the necessity for this particular brand. This procurement reflects the government's commitment to specialized testing requirements and compliance with established procurement regulations.
    The document outlines the representation requirements related to certain telecommunications and video surveillance services or equipment as prescribed by federal regulations. Specifically, it focuses on compliance with Section 889 of the John S. McCain National Defense Authorization Act, which prohibits federal agencies from procuring equipment or services that involve covered telecommunications equipment. The Offeror must either confirm or deny their provision or use of such covered telecommunications equipment in their proposals, based on specific representations. Definitions of key terms related to telecommunications and related prohibitions are provided to clarify the context. The document mandates detailed disclosures from Offerors regarding any covered equipment or services, requiring information on manufacturers, equipment descriptions, and intended use, alongside review of excluded parties in the System for Award Management. This provision ensures regulatory compliance in federal contracts and is part of broader efforts to safeguard national security by restricting access to potentially compromising technologies.
    The document outlines the provision titled "Covered Telecommunications Equipment or Services-Representation," which mandates that Offerors (potential contractors) disclose whether they supply any covered telecommunications equipment or services when bidding for government contracts. Definitions for key terms are drawn from clause 52.204-25, which prohibits certain telecommunications services. Offerors must conduct a "reasonable inquiry" and review the System for Award Management (SAM) for parties excluded from federal awards. They are required to indicate with checkboxes whether they do or do not provide such equipment or services, as well as whether they utilize any systems that incorporate them. This provision is designed to ensure compliance with federal regulations concerning telecommunications security and to mitigate risks in government contracting. The document serves to reinforce the importance of transparency and accountability in federal procurements related to telecommunications services.
    The document is a Request for Quotations (RFQ) issued by the Eastern Federal Lands Highway Division of the Federal Highway Administration. It invites vendors to submit quotations for an Automatic Extraction device that meets ASTM D8159 specifications, including necessary equipment and training. The RFQ specifies a submission deadline of March 20, 2025, by 12:00 PM EST. Vendors must provide essential information, including their registration in the System for Award Management (SAM), along with their unique identifiers and expected delivery times. Important provisions, instructions for invoice submission, and the mandatory use of the Department of Transportation's Delphi invoicing system are detailed. Furthermore, it emphasizes adherence to Section 508 standards for accessibility in all deliverables. The solicitation outlines that issuance does not guarantee contract awards and is contingent on funding availability. Interested vendors must comply with regulations outlined in the Federal Acquisition Regulation (FAR) and provide proof of their authorization as InfraTest USA resellers. Overall, the document serves as a formal request for the procurement of goods and services while ensuring compliance with federal regulations and standards for accessibility and accountability.
    The document outlines the procedures for compliance with Section 889 of the NDAA for Fiscal Year 2019, focusing on prohibitions for federal agencies regarding the procurement of telecommunications equipment linked to national security risks, particularly concerning certain Chinese firms. It details requirements that vendors must fulfill when submitting representations about their telecommunications equipment and services during transactions, particularly those made using purchase cards. Vendors declare whether they will or will not provide covered telecommunications equipment and clarify their use of such technologies. Key definitions related to compliance—like "covered telecommunications equipment," "interconnection arrangements," and "critical technology"—are provided for clarity. An addendum stipulates that a merchant’s compliance status must remain current for one year and requires immediate notification of any changes. This document is integral to ensure that federal procurements maintain national security standards while minimizing exposure to potentially harmful telecommunications technologies.
    The document outlines the Statement of Work for procuring an Automatic Extraction Device compliant with ASTM D 8159, which measures asphalt content in hot mix samples. Key specifications include full automation, the capability to use specific reagents like methylene chloride and trichlorethylene, and the ability to analyze mixtures containing ground rubber tire or aramid fibers. Additional requirements feature the provision of washing drums, centrifuge cups, and a solvent test kit, among other necessary equipment. Electrical specifications mandate compatibility with standard U.S. power systems and a 208V accommodation. Installation and initial setup at a designated address in Sevierville, TN, are required, including a verification test to ensure accuracy within +/- 0.1% of specified asphalt content. The supplier must provide comprehensive maintenance and safety training for technicians and laboratory managers, and offer year-round support via phone, email, and network. This document reflects the structured needs typical in government RFPs, focusing on compliance, functionality, and support for an essential testing apparatus in asphalt measurement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY25 CES Asphalt
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking quotes for the supply of Hot Mix Asphalt (HMA) class “G” 3/8 64-28 Oil Asphalt for maintenance and repair at Fairchild Air Force Base in Washington. The contractor will be responsible for delivering between 650 to 1,148 tons of asphalt, adhering to Washington State Department of Transportation (WSDOT) standards, with deliveries scheduled from April 3 to November 1, 2025, requiring a minimum 48-hour notice prior to delivery. This procurement is a total small business set-aside, emphasizing the importance of compliance with federal regulations and operational standards, with quotes due by March 12, 2025. Interested vendors can contact Ryan A Moffett at ryan.moffett@us.af.mil or Sarah O'Neil at sarah.oneil.1@us.af.mil for further information.
    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.
    Enforcement Standards for FMVSS No. 116, “Motor Vehicle Brake Fluids”
    Buyer not available
    The Department of Transportation's National Highway Traffic Safety Administration (NHTSA) is seeking qualified contractors to provide testing and inspection services for motor vehicle brake fluids in compliance with Federal Motor Vehicle Safety Standard (FMVSS) No. 116. The procurement aims to ensure that brake fluids meet stringent safety requirements, including assessments of boiling points, viscosity, pH levels, and corrosion evaluation, to prevent hydraulic brake system failures. This initiative is critical for enhancing vehicular safety and regulatory compliance within the automotive industry. Interested parties can contact Michelle Shanahan at michelle.shanahan@dot.gov or 202-366-6715 for further details, with the opportunity categorized as a Sources Sought notice under NAICS code 541380.
    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.
    145 LRS Flash Point Tester
    Buyer not available
    The Department of Defense, specifically the Army's 145th Logistics Readiness Squadron, is seeking to procure a Flash Point Tester through a total small business set-aside contract. The equipment must meet ASTM D93 standards for conducting electric closed cup flash point tests on jet fuel, featuring automatic barometric pressure correction and the ability to test flash points up to 370°C, with dimensions of approximately 10”x17”x26.” This procurement is crucial for ensuring safety and performance standards in aviation fuel testing. Interested vendors can contact Scott Thomas at Scott.Thomas.53@us.af.mil or 704-391-4209, or Bryant K. Alexander at Bryant.Alexander@us.af.mil or 704-391-4207 for further details.
    W--Roller and Asphalt Milling Equipment Rentals for F
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified vendors for the rental of roller and asphalt milling equipment for Yellowstone National Park during the summer construction season of 2025. The procurement includes the rental of two pneumatic compactors and one cold asphalt milling machine, with specific requirements for equipment age, operational hours, and safety features, as well as the provision of operator training. This initiative is crucial for maintaining and enhancing the park's infrastructure while ensuring compliance with federal safety and environmental regulations. Interested small businesses must submit their quotations by the extended deadline, and for further inquiries, they can contact Colton Nelson at coltonnelson@nps.gov or call 720-390-0199.
    Automatic Tap Testers
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of two automatic tap testers under solicitation number FA812525Q0002. These handheld devices, which must weigh no more than 1.5 lbs and be battery-powered, are essential for detecting disbonding, damage, or delamination in honeycomb sandwiched materials with panel thicknesses up to 5 mm, and they must include features such as a digital XY plotter for defect mapping and a durable protective case. The contract is set aside for small businesses, with a firm-fixed price structure, requiring delivery to Tinker Air Force Base in Oklahoma by December 6, 2024. Interested vendors should direct inquiries to Linsey Laird or Jason Shirazi via email and ensure compliance with all specified regulations and submission requirements outlined in the solicitation documents.
    Accelerating Market Readiness Program
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for the Accelerating Market Readiness Program, aimed at enhancing the integration of innovative technologies in highway transportation. This initiative seeks to address critical transportation challenges by inviting proposals that focus on six key innovation topics, including safety, project delivery efficiency, infrastructure performance, climate sustainability, equity, and advanced simulation techniques. The program is designed to foster collaborations among transportation organizations to conduct field tests and document results, ultimately advancing technologies to a market-ready status. Interested parties can reach out to Kristen Hayes at kristen.hayes@dot.gov or Khadija Osman at Khadija.Osman@dot.gov for further information. The solicitation is part of a five-year Broad Agency Announcement, with ongoing opportunities for submission.
    Discrete Analyzer
    Buyer not available
    The Department of Defense, specifically the Army Research Laboratory, is conducting a Sources Sought Notice to identify potential vendors for an automated discrete analyzer designed for enzyme assays. The analyzer must be capable of automating the analysis of various samples, conducting multiple assay types, and maintaining precise environmental conditions, while also supporting both commercially available and user-prepared reagents. This equipment is crucial for high-throughput testing in laboratory settings, ensuring efficiency and accuracy in analytical processes. Interested parties are encouraged to respond within five days, detailing their capabilities and experience, with the expectation of contract performance at the Army Research Laboratory Center in Maryland and delivery anticipated within 6-8 weeks post-award. For inquiries, contact David Erb at david.j.erb4.civ@army.mil or call 520-672-9596.
    NOTICE OF INTENT TO SOLE SOURCE -- Quantity (Qty) two (2) non-contact video extensometer systems for use at high temperature material testing
    Buyer not available
    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.