ContractCombined Synopsis/Solicitation

Spin Machine - Amendment 0001

DEPT OF DEFENSE W15QKN-26-Q-1B8J
Response Deadline
Apr 24, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Army Contracting Command-New Jersey, supporting Picatinny Arsenal, is seeking a quote for the procurement and installation of a QE&SA Spin Test Machine. The work covers one base spin test equipment system with all required components, installation, two days of training for four people, and related documentation and support deliverables, including startup assistance and operation and maintenance manuals. The machine is for burst and low cycle fatigue testing and must meet the Statement of Work’s salient characteristics, including support for test articles up to 5 inches in diameter, 12 inches in axial height, and 6 lbs, with a maximum speed of 60,000 rpm; award is planned on a lowest-price technically acceptable basis, with delivery FOB destination within 180 days of award and performance at Picatinny Arsenal, New Jersey. Questions are due by Friday, 17 April 2026 at 3:00 p.m. EST, and quotes must be emailed to Mark T. Bobitka and/or Jake Perrotta by Friday, 24 April 2026 at 3:00 p.m. EST.

Classification Codes

NAICS Code
333248
All Other Industrial Machinery Manufacturing
PSC Code
6636
ENVIRONMENTAL CHAMBERS AND RELATED EQUIPMENT

Solicitation Documents

5 Files
Amendment 0001 W15QKN26Q1B8J.pdf
PDF86 KBApr 22, 2026
AI Summary
Amendment 0001 W15QKN26Q1B8J addresses questions from potential offerors regarding a new government requirement. The government clarifies that it does not provide end-item specifications for tooling, as these vary by customer, and custom fixtures are typically used. It confirms that this is a new requirement with all details available in the Combined Synopsis/Solicitation and Statement of Work (Attachment 0001). Furthermore, the solicitation does not specify brand names or part numbers; instead, offerors must meet all salient characteristics and material requirements outlined in the Statement of Work to be considered technically acceptable.
Attachment 0002 - Solicitation Provisions Clauses and Local Text.docx
Word53 KBApr 22, 2026
AI Summary
This government file outlines the solicitation provisions, clauses, and local text applicable to Department of War contracts, especially under the Revolutionary FAR Overhaul. It details numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses covering areas such as gratuities, subcontractor restrictions, System for Award Management (SAM) requirements, small business programs, labor standards, environmental considerations, and financial matters like taxes and payment processing. Key provisions include requirements for contractor representations regarding delinquent tax liability and felony convictions, post-award small business rerepresentation, and conditions for foreign procurements subject to a 2% tax. The document also addresses unique item identification for supplies, prohibitions on certain defense telecommunications equipment, and restrictions on business operations with entities from the Xinjiang Uyghur Autonomous Region and Russian fossil fuel companies. It emphasizes electronic submission of payment requests via Wide Area WorkFlow (WAWF), supply chain risk management, and includes information on the AMC-Level Protest Program for dispute resolution.
Attachment 0004 - Commercial Packaging Requirements.docx
Word18 KBApr 22, 2026
AI Summary
This document outlines comprehensive commercial packaging requirements for government contractors, ensuring items are protected during storage and shipment. Key aspects include preservation against corrosion, cushioning for fragile items, and strict cleanliness standards. Unit packages must contain items securely, typically with one item per pack unless specified otherwise. Intermediate packaging is required for specific conditions such as quantities over one gross or unit packs smaller than 64 cubic inches, with limits on unit packs, weight, and volume. All packages must be cost-effective, minimize cube, and meet carrier regulations for safe delivery and stacking. Shipments of identical items exceeding 50 cubic feet must be palletized, adhering to stability and size requirements, with preferred pallet dimensions of 40x48 inches. Marking must comply with MIL-STD-129, including barcoding and special markings like shelf-life, and contractors are responsible for applying these, along with Passive RFID tagging if the DFARS clause 252.211-7006 is present. Hazardous materials require specialized packaging and marking according to international and domestic regulations, and a Material Safety Data Sheet (MSDS) must accompany each unit and intermediate pack. Wood Packaging Materials (WPM) must be heat-treated to ISPM 15 standards and certified by the ALSC. Finally, contractors are responsible for establishing a quality system to ensure packaging acceptability through examinations and inspections.
Attachment 0001 - Statement of Work (SOW).docx
Word46 KBApr 22, 2026
AI Summary
This Statement of Work outlines the requirements for a contractor to provide and install a new QE&SA Spin Machine for burst and low cycle fatigue tests. The machine must accommodate test articles up to 5 inches in diameter, 12 inches in axial height, and 6 lbs in weight, with a maximum speed of 60,000 rpm. Key components include a 500mm spin chamber with specific vacuum, containment, and safety features, a 60,000 rpm mechanical drive, specialized tooling, a 20 kW direct torque control motor drive, a PLC-based speed control system, and auxiliary equipment like a vacuum pump and lubrication system. The contractor is also responsible for machine installation, initial startup support, two days of on-site training for four personnel, and providing operation and maintenance manuals. The period of performance is six months, with deliverables including accident/incident reports and manuals. Security requirements dictate unclassified data handling, compliance with installation access and security policies, and adherence to export control laws.
Attachment 0003 - CDRLs.pdf
PDF139 KBApr 22, 2026
AI Summary
The provided government file indicates that the document content could not be displayed. It suggests that the user's PDF viewer might be unable to render the document type and recommends upgrading to the latest version of Adobe Reader. It also provides links for downloading Adobe Reader and for obtaining further assistance. This file is not an RFP, grant, or other type of government program, but rather a technical message regarding document viewing.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 14, 2026
amendedLatest Amendment· Description UpdatedApr 22, 2026
deadlineResponse DeadlineApr 24, 2026
expiryArchive DateMay 9, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QK ACC-PICA

Point of Contact

Name
Mark Bobitka

Place of Performance

Picatinny Arsenal, New Jersey, UNITED STATES

Official Sources