NOTICE OF INTENT TO SOLE SOURCE - Quantity (qty) one (1) High Temperature Characterization Suite which will consist of two separate systems: a Dilatometer and Simultaneous Thermal Analyzer (STA).
ID: W911QX-25-Q-0071Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 3:59 PM UTC
Description

The Department of Defense, specifically the Army Research Laboratory, is seeking proposals for the procurement of one (1) High Temperature Characterization Suite, which includes a Dilatometer and a Simultaneous Thermal Analyzer (STA). The systems are required to meet specific technical specifications, including maximum operating temperatures of 2800°C for the Dilatometer and 2400°C for the STA, along with advanced control capabilities and compliance with safety standards. These instruments are crucial for research and development purposes within the Army, facilitating high-temperature material characterization essential for various defense applications. Interested vendors must submit their proposals by March 25, 2024, with delivery expected by August 29, 2025. For further inquiries, contact Melissa M Murphy at Melissa.m.murphy20.civ@army.mil or Thomas Jurgens at thomas.c.jurgens.ctr@army.mil.

Files
Title
Posted
The document outlines a solicitation for commercial items, specifically for the acquisition of a High Temperature Characterization Suite consisting of a Dilatometer and a Simultaneous Thermal Analyzer (STA) for the U.S. Army Research Laboratory. The solicitation number is W911QX-25-Q-0071, with responses due by March 25, 2024. Key specifications include maximum operating temperatures of 2800°C and 2400°C for the Dilatometer and STA, respectively, both with advanced control capabilities and a controlled atmosphere. Additionally, the units must accommodate specific power requirements and comply with safety standards. Proposals will be evaluated based on price, technical capabilities, and past performance, and can include proposals from businesses of all sizes given there is no set-aside code. Delivery is required by August 29, 2025, and support services must be provided for a minimum of ten years, including training and maintenance. The solicitation emphasizes detailed technical requirements and compliance with various federal regulations, ensuring the systems meet operational and safety standards essential for research and development purposes within the Army context.
Apr 1, 2025, 7:04 PM UTC
This document outlines a Request for Proposal (RFP) related to a Firm Fixed Price (FFP) government contract issued by the Army Research Laboratory. The key components include contact information for the contracting specialists, payment instructions, and conditions for bid submissions. Government inspection and acceptance will occur at a specified Aberdeen Proving Ground location. Tax exemption details are provided, emphasizing the exemption from Maryland retail sales and use tax. Specific clauses and provisions are outlined, addressing government compliance, including DFARS clauses on commercial acquisition, telecommunications services, and cybersecurity. A particular focus is placed on the prohibition of certain telecommunications equipment and services linked to national security concerns. Offerors must confirm their compliance and detail any exceptions in their proposals, ensuring responsiveness to full quantity requests. The document also emphasizes that payment terms must be no less than net thirty days and underlines that proposals with conditions not meeting established standards will be deemed nonresponsive. This RFP exemplifies the government's commitment to transparency, security, and compliance in contracting processes, thoroughly detailing procedural and contractual expectations for prospective vendors in the defense sector.
Mar 6, 2025, 6:06 PM UTC
The document outlines the specifications and requirements for a High Temperature Characterization Suite, consisting of a dilatometer and a simultaneous thermal analyzer (STA). The dilatometer must operate at maximum temperatures of 2800°C in inert and 1600°C in oxidizing atmospheres, with capabilities for simultaneous measurements of two samples and a controlled atmosphere. The STA is designed for both thermogravimetric analysis and differential scanning calorimetry, with a maximum temperature of 2400°C and a mass resolution of 0.1 µg. Both systems should be equipped with necessary calibration standards, automated operation software, and safety features like automatic shutdown on power failure. They require 240V power, must fit through a specific doorway, and include spare parts for maintenance. Additional requirements include on-site setup and training, a 36-month warranty and maintenance plan, and long-term support for ten years. This request for proposals (RFP) targets the acquisition of high-tech equipment that meets stringent performance criteria, which is essential for advancing research in materials at high temperatures, particularly in defense and advanced material applications.
Mar 6, 2025, 6:06 PM UTC
The document is a Sources Sought Notice from the U.S. Army, soliciting information from potential suppliers regarding a High Temperature Characterization Suite featuring a Dilatometer and Simultaneous Thermal Analyzer (STA). Its purpose is to gather data on the capabilities and qualifications of interested parties, particularly in the small business community, including those classified as small, Section 8(a), HUBZone, SDVOSB, WOSB, and EDWOSB. Responses are to include capabilities in meeting specifications, business classification, and relevant past performance. The document outlines the estimated delivery timeframe by August 2025 and specifies that responses are due by March 13, 2025, with contact information for the contracting officers provided. The notice underscores the government's intention to ensure adequate competition by evaluating a diverse pool of contractors before potentially issuing a solicitation or contract.
Similar Opportunities
One (1) 10 kilonewton (kN) Mechanical Loading Stage with an Integrated Laser Heating System
Buyer not available
The Department of Defense, specifically the Army's Aberdeen Proving Ground, is seeking to procure one (1) 10 kilonewton (kN) Mechanical Loading Stage with an Integrated Laser Heating System through a sole-source contract with Psylotech, Inc. The required system must have a minimum force capacity of 10 kN, an integrated laser heating system capable of reaching temperatures up to 2500°C with adjustable heating rates, and compatibility with an existing Government-owned micro test system, while adhering to specific size and weight constraints for laboratory use. This procurement is critical for conducting physical properties testing and inspection, ensuring the Government's operational capabilities are maintained. Interested parties may submit proposals within 15 days of the notice, and inquiries can be directed to Contracting Officer Caleb Baisden at the provided contact details.
INTENT TO SOLICIT ONLY SOURCE-Army Research Laboratory (ARL) requires a Thermal Technology LLC Technician to install the H2 upgrade Kit on DCS200 Furnace System and return the following week to perform testing to ensure optimal safe operation.
Buyer not available
The Department of Defense, through the Army Research Laboratory (ARL), intends to solicit a single-source procurement for services from Thermal Technology LLC to install a Dry H2 Upgrade Kit on the Direct Current Sintering (DCS) 200 Furnace System located at Aberdeen Proving Ground, Maryland. The selected technician will be responsible for the installation and subsequent testing to ensure the furnace operates safely and optimally. This procurement is critical for maintaining the functionality and safety of specialized laboratory equipment used in defense research and development. Interested contractors must submit their proposals within five business days of the posting, with the contract expected to be awarded shortly thereafter, and can direct inquiries to Meghan Dumler at meghan.d.dumler.civ@army.mil or Zachary Dowling at zachary.a.dowling2.civ@army.mil.
Cryogenic Thermometer System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Cryogenic Thermometer System through a sole-source contract with Lake Shore Cryotronics, Inc. The requirement includes specific items such as a Rox Ruthenium Oxide 102B RTD and an AC resistance bridge and temperature controller, which are essential for measuring quantum devices in a new dilution refrigerator being integrated into existing quantum networking infrastructure. This procurement is critical for maintaining uniformity and compatibility across measurement systems, as the Government has determined that only Lake Shore Cryotronics, Inc. can meet these specialized needs. Interested parties may submit capability statements or proposals for consideration, with all inquiries directed to Tiffany Slopka at tiffany.slopka@us.af.mil, and the anticipated award date is on or before May 15, 2025.
Mass Comparator
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information from potential sources for the procurement of two MCM5004 Manual Mass Comparators or equivalent models. These comparators are intended to replace aging equipment at the Army Physical Standards Labs located at Redstone Arsenal, Alabama, and must meet stringent specifications, including a maximum measurement capacity of 5 kg, readability of 0.1 mg, and repeatability of 0.5 mg or better, along with features such as internal calibration adjustments and rapid stabilization. This procurement is crucial for enhancing the Army's capabilities in precise mass measurements, thereby supporting ongoing mission requirements. Interested parties are encouraged to submit their responses by April 21, 2025, to the primary contact, Taylor Siskoff, at taylor.c.siskoff.civ@army.mil, or the secondary contact, Lisa Armes, at lisa.s.armes.civ@army.mil, while monitoring SAM.GOV for any future updates or solicitations.
Automated Force Calibration
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information from potential sources for the procurement of one UCM-200K Automated Calibration Machine along with various essential accessories. This acquisition aims to enhance the Army's calibration capabilities, ensuring improved efficiency and measurement accuracy in their operations at Redstone Arsenal, Alabama. The required accessories include compression blocks, clevis pin sets, automation control units, and alignment rings, which are critical for the operational requirements of the Army's TMDE Activity. Interested parties are encouraged to submit a white paper detailing their capabilities by April 21, 2025, with inquiries directed to Lisa Armes at the provided contact information.
5 KSI Strand Burner
Buyer not available
The Department of Defense, specifically the Air Force Materiel Command, is seeking proposals for the acquisition of a 5 KSI Strand Burner system to enhance testing capabilities for propellant materials at Hill Air Force Base, Utah. The procurement includes a comprehensive system featuring a 5000 PSI Clover Leaf Triple Strand Burner, remote valve rack, control console, and data acquisition system, along with installation, training, and a warranty of 13 months post-delivery. This equipment is critical for conducting precise chemical analysis and ensuring operational efficiency under extreme conditions, adhering to stringent safety protocols. Proposals are due by 1500 MST on April 28, 2025, and interested parties should direct inquiries to Tanner Nielsen or Bryan Kingsford via email for further information.
SOLDERING-DESOLDERI
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking to establish a five-year Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract for the procurement of Calibration M-FQ Systems, with a minimum order of 30 units and a maximum of 150 units. This procurement is critical as it involves specialized soldering and desoldering equipment, which is essential for maintaining and calibrating military systems. The solicitation is expected to be issued around May 12, 2025, and is restricted to Pace Corporation due to the lack of available technical data and manufacturing knowledge from other sources. Interested vendors must contact Tamela Riggs-Holman at tamela.d.riggs-holman.civ@army.mil for further details and to initiate the source approval request process.
Large Chamber Field Emission Scanning Electron Microscope (LC-FESEM)
Buyer not available
The Department of Defense, specifically the Air Force Materiel Command, is seeking proposals for the acquisition of a Large Chamber Field Emission Scanning Electron Microscope (LC-FESEM) to be delivered to Hill Air Force Base in Utah. This procurement aims to replace an outdated microscope and enhance the analytical capabilities of the 309th MXSG, supporting high-resolution analysis of aircraft component materials with advanced imaging capabilities and multiple detectors. Proposals are due by 15:00 MST on April 16, 2025, and must comply with the Lowest Price Technically Acceptable (LPTA) evaluation criteria, emphasizing both price and technical specifications. Interested offerors should contact Tanner Nielsen at tanner.nielsen@us.af.mil or 801-586-2756 for further details.
CRD Reflectometer
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Glacier-C Ultrafast Innovations precision cavity ringdown reflectometer, along with associated installation and training services. This advanced measurement technology is critical for accurately assessing reflectance and losses in optical systems, operating across specified wavelength ranges. Interested vendors must ensure compliance with the Trade Agreements Act (TAA) and submit their proposals by 12:00 PM EST on November 15, 2024, with an anticipated award date of December 3, 2024. For further inquiries, potential offerors can contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
Walk-In Temperature/Humidity Environmental Chamber
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a Walk-In Temperature/Humidity Environmental Chamber to be utilized at Redstone Arsenal, Alabama. The chamber is intended for testing DoD packaging materials and other items under various temperature and humidity conditions, with key specifications including a temperature range of -50 °F to +180 °F and humidity levels of 20-95% RH. This procurement is part of a broader initiative to enhance testing capabilities for equipment resilience, and interested contractors are invited to submit detailed capabilities statements by 12:00 PM CDT on April 14, 2025. For further inquiries, potential respondents may contact Ben Hymas at benjamin.c.hymas.civ@army.mil or Lisa Armes at lisa.s.armes.civ@army.mil.