Intent to Sole Source - High-Temperature Axial Torsion Extensometer
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES (6650)
Timeline
    Description

    The Department of Defense, specifically the United States Air Force, intends to award a sole source contract to MTS Systems Corporation for the procurement of a high-temperature axial torsion extensometer. This specialized device is crucial for measuring deformation in materials during mechanical testing under both axial and torsional loads, particularly at temperatures exceeding 1000°C, which standard extensometers cannot accommodate. The extensometer must be compatible with existing MTS infrastructure at the Air Force Institute of Technology and include features such as a water-cooling option and a one-year warranty. Interested parties may submit capability statements or exceptions by 2:00 PM EDT on August 12, 2025, and should direct inquiries to Major Toussaint Lesly at lesly.toussaint.4@us.af.mil or Amanda Hoyng at amanda.hoyng@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Institute of Technology requires a High Temperature Metric Unit Axial Extensometer. This device is essential for measuring deformation in specimens during mechanical testing, especially when both axial and torsional loads are applied. Key requirements include a 1-inch axial gage length, 0.8-inch sample diameter, +/- 10% axial travel, +/- 5 degrees angular travel, and compatibility with MTS loadframes and Station Manager software. The extensometer must also have a water-cooling option, sustain temperatures up to 1200 C, and be a Commercial Off-The-Shelf (COTS) item. The manufacturer needs to have US-based field service technicians capable of accessing military installations. All products must be domestic or qualifying country end products. Delivery is required within four months of contract award to the Air Force Institute of Technology at Wright-Patterson Air Force Base, with a one-year warranty. Commercial vehicle deliveries larger than a large pickup truck are subject to inspection at Gate 16A, with specific exemptions and procedures for time-sensitive deliveries or re-entry. Payment will be 100% upon completion, on a net 30 basis, via Wide Area Work Flow.
    The Air Force Institute of Technology (AFIT) requires a high-temperature metric unit axial/torsional extensometer for advanced aerospace material testing exceeding 1000°C. This specialized equipment is essential for measuring deformation under both axial and torsional loads, which standard axial extensometers cannot achieve. The extensometer must be compatible with AFIT's existing MTS brand infrastructure. Market research, including Federal Procurement Data System searches and expert consultations, revealed a limited market with no fully acceptable alternatives. A specific company is identified as the sole manufacturer capable of producing the required extensometer, and since they do not work with resellers, a sole-source award is justified. Other potential manufacturers' products were found to be incompatible or lacking necessary features. The government intends to continue market research to identify future vendors.
    The United States Air Force, AFLCMC/PZIBB, intends to award a sole source Firm-Fixed-Price contract to MTS Systems Corporation for a high-temperature axial torsion extensometer. This notice, published for informational purposes, states the government's determination that MTS Systems Corporation is the only known source capable of meeting the requirements, citing FAR 13.106-1(b)(1). The procurement falls under NAICS Code 334519. While a sole source award is intended, other responsible sources may submit capability statements or exceptions by August 12, 2025, 2:00 PM EDT. All contractors must be registered with the System for Award Management (SAM). Inquiries should be emailed to Major Toussaint Lesly and Amanda Hoyng by the deadline, with a specific subject line to ensure delivery.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MTS Systems Corporation test equipment, Linear hydraulic actuators, Hydraulic service manifolds , and MTS Software
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory (NRL), intends to award a sole source contract to MTS Systems Corporation for the procurement of test equipment, including linear hydraulic actuators, hydraulic service manifolds, and MTS Software (Profile Editor). This equipment is essential for compatibility with NRL's existing MTS system, ensuring the continuity and efficiency of their operations. The procurement falls under the NAICS code 334516 and will utilize Simplified Acquisition Procedures as outlined in FAR Part 13.5. Interested parties may express their capability to meet this requirement by contacting Jamie L. Dixon at jamie.l.dixon8.civ@us.navy.mil or by phone at (202) 923-1466, referencing Notice of Intent number N00173-26-NOI-JD06.
    V250 AND TMS KIT
    Buyer not available
    The Department of Defense, specifically the Army's Prototype Integration Facility (PIF) at Redstone Arsenal, is seeking contractors to provide a Torque Measurement System (TMS) Kit for the Variable-Geometry, Radial Outflow Compressor (VAROC) Air Dynamometer 250 and T408 aircraft engine. The procurement includes essential components such as TMS modules, spline adapters, plumbing, a calibration kit with weights, and electronics including a signal processor and Rotastat Control, all aimed at supporting Flexible Engine Diagnostics Systems (FEDS). This TMS is critical for evaluating the V250 Dynamometer's capabilities in testing the T408 engine, with deliverables that encompass special rotor considerations, identification of torque measurement equipment, and necessary documentation updates. Interested parties can reach out to Leighton Bragg at LEIGHTON.E.BRAGG.CIV@army.mil or Al Condino at al.j.condino.civ@army.mil for further details.
    USAFA DFPM X-Band Microwave Resonator - Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, through the United States Air Force Academy (USAFA), intends to award a firm-fixed-price single source contract to Bruker Biospin Corp for the acquisition of an X-Band Microwave Resonator. This specialized equipment is designed for electron paramagnetic resonance (EPR) and electron nuclear double resonance (ENDOR) microwave spectroscopy, with specific requirements including a resonant frequency of approximately 9.8 GHz and the capability to operate at cryogenic temperatures. The procurement is critical for advancing research in microwave spectroscopy, and interested parties are advised that this notice is not a solicitation for bids or proposals; however, they may submit documentation of their capabilities to the primary contact, John Perry, via email by August 18, 2025, at 10:00 MDT.
    6635 - 66 -- TESTER, TORQUE WRENCH
    Buyer not available
    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.
    J&A Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a sole source procurement for a specialized Automatic Test Equipment (ATE) system to be utilized at White Sands Missile Range in New Mexico. The required ATE must possess high current and high voltage capabilities, including the ability to provide precise voltage measurements and high-speed data acquisition across a range of voltages and currents. This equipment is critical for testing electrical and electronic properties, ensuring the reliability and performance of military systems. Interested vendors can reach out to Joyce Frost at joyce.m.frost6.civ@army.mil or by phone at 575-678-5305 for further details regarding this opportunity.
    Advanced Multiplexed Eddy Current Array
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of one Advanced Multiplexed Eddy Current Array to be delivered to Tinker Air Force Base in Oklahoma. This specialized equipment must meet specific technical requirements, including a rugged design weighing less than 3.5 lbs, a frequency range of 10 Hz – 12.5 MHz, and a minimum 7-inch capacitive touch screen display with an IP65 rating, along with advanced software capabilities for C-scan recording and digital signal processing. The contract is set aside for small businesses, with proposals due by December 18, 2025, and delivery required by March 20, 2026; interested parties should direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or call 405-739-9120.
    Notice of Intent: Sole Source Justification Borescope Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for borescope repairs to Waygate Technologies USA, LP, as announced by the 28th Contracting Squadron at Ellsworth Air Force Base in South Dakota. This procurement involves the acquisition of borescope parts and repair services, which are critical for maintaining the operational readiness of equipment used at the base. The justification for this sole source award is based on the determination that only Waygate Technologies can provide the necessary services, as detailed in the attached sole source justification document. Interested parties can direct inquiries to TSgt Jonathan Slayton at jonathan.slayton@us.af.mil or by phone at 605-385-1655.
    Universal Throttle System (UTS), Part Number 4265AS9032-1
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure additional quantities of the Universal Throttle System (UTS), Part Number 4265AS9032-1, to support the Common Engine Test Set (CETS) and provide necessary spares. This procurement is crucial for the United States Navy's engine testing operations for JETI engines, with the UTS expected to be fielded in Fiscal Year 2026 and the Initial Operational Capability scheduled for March 2025. PCI Aviation, LLC is currently the sole manufacturer of the UTS units and has successfully completed first article testing, making them the only source capable of meeting the government's timeline. Interested firms may express their interest and capability to respond to this requirement, but this notice does not constitute a request for competitive proposals; responses will be considered solely for determining the necessity of competitive procurement. For further inquiries, contact Gianna Gatto at GIANNA.V.GATTO.CIV@US.NAVY.MIL or call 732-323-1270.
    Time Tagger
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Time Tagger system and software from Swabian Instruments. The primary requirements include advanced technical specifications such as a maximum RMS jitter of two picoseconds, a minimum of four input channels upgradable to at least twelve, and a data transfer rate of 80 million tags per second, scalable to 1200 million tags per second using FPGA technology. This procurement is critical for enhancing research capabilities in quantum optics and ensuring compatibility with existing systems, with an estimated acquisition cost between $10,000 and $250,000. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the closing date of December 20, 2025.
    THM-100 Maintenance and Service
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking maintenance and service for a THM-100 Monitor, with the procurement managed by the 97th Contracting Squadron at Altus, Oklahoma. The requirement is for specialized service and maintenance, which is intended to be awarded to Aqua Metrology System LTD, as they are the only source capable of fulfilling this need. This procurement is critical for ensuring the operational reliability of the monitoring equipment used in various applications, and interested parties must submit a capability statement by December 11, 2025, at 11:30 AM CST, via email to the designated contacts. For further inquiries, potential respondents can reach out to TSgt Kevin Pillow or Mr. Scott Swain at the provided email addresses.