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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
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
Ultra-High Temperature Alloy Testing BPA
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to establish a Blanket Purchase Agreement (BPA) with Kratos SRE for ultra-high temperature materials thermal and mechanical testing, specifically targeting temperatures up to 6,000°F. This procurement aims to support the characterization of materials critical for the development of tactical and strategic missile components, which are essential for advancing hypersonic vehicle research and defense initiatives. The contract, valued at an estimated ceiling of $7.5 million over five years, emphasizes the unique qualifications of Kratos SRE, which possesses specialized expertise and an extensive database necessary for these high-temperature materials. Interested parties can reach out to Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or Kristen Duhaime at kristen.m.duhaime.civ@us.navy.mil for further information, with quotes and capability statements due by April 30, 2025.
New Pit Hardening Furnace Per Specification for the Watervliet Arsenal
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of a new Pit Hardening Furnace for the Watervliet Arsenal in New York. The contract requires the delivery, installation, and training for a fully operational furnace that meets specific performance and safety standards, including the capability to reach temperatures of up to 1800 °F and compliance with OSHA regulations. This procurement is crucial for enhancing the Arsenal's manufacturing capabilities and ensuring adherence to stringent quality and environmental standards. Interested small businesses must submit their proposals electronically by April 30, 2025, and can direct inquiries to Kristin Krieg at kristin.h.krieg.civ@army.mil.
Procurement & Calibration of Dew Point Mirror
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information for the procurement of one Model 373H Dew Point Mirror, along with ISO calibration services, for the Army's Primary Standards Laboratory (APSL) located at Redstone Arsenal, Alabama. This procurement aims to enhance the Army's measurement and diagnostic capabilities, ensuring accurate humidity and temperature readings essential for various operational needs. The Dew Point Mirror will feature an operating range of -30°C to +70°C and will include necessary components such as data acquisition software and a heated hose, all packaged in a protective case. Interested vendors are encouraged to submit their capability information, including business details and contact information, by May 9, 2025, to the designated contacts, Taylor Siskoff and Stephanie Dillon, via email.
Surface Plate Calibration System
Buyer not available
The Department of Defense, specifically the Air Force, is seeking proposals for a Surface Plate Calibration System under solicitation number FA226325Q0007. This procurement aims to acquire both proposal evaluation and production units, with an estimated total of 84 units to be delivered over a five-year period, adhering to strict specifications outlined in the Purchase Description. The Surface Plate Calibration System is crucial for measuring the flatness of surface plates, ensuring compliance with industry standards, and supporting various operational needs within the Air Force. Interested offerors must submit their proposals electronically by May 29, 2025, and can direct inquiries to Christine Patterson at christine.patterson.1@us.af.mil.
Software and Hardware Upgrade on Tinius Olsen
Buyer not available
The Department of Defense, specifically the Army, is seeking a contractor to perform a hardware and software upgrade, as well as retrofitting, on a government-owned Tinius Olsen Universal Tester located at the Anniston Army Depot. This procurement is aimed at enhancing the capabilities of the tester, which can exert a force of 120,000 pounds, in accordance with the provided Statement of Work. The solicitation will be issued electronically, and interested vendors are required to submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the deadline of April 30, 2025, at 10:00 AM CST. For further inquiries, vendors can contact Christine Bundrum at 571-588-0958 or via email at christine.m.bundrum.civ@army.mil.
Procurement of Mercury Triple Point Maintainer
Buyer not available
The Department of Defense, specifically the U.S. Army Test Measurement Diagnostic Equipment (TMDE) Activity, is seeking to procure a Mercury Triple Point Maintainer system, model ITL-M-17725, to enhance its calibration capabilities for Standard Platinum Resistance Thermometers (SPRT) in accordance with the International Temperature Scale of 1990 (ITS-90). This procurement includes the requirement for an ITL-M-17724 Primary Mercury Cell and UKAS-HG-P Premium Certification, underscoring the Army's commitment to maintaining precise temperature standards critical for military operations, particularly for low-temperature subrange SPRTs. The successful bidder will deliver the equipment to Redstone Arsenal, Alabama, with contact inquiries directed to Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Lisa Armes at lisa.s.armes.civ@army.mil for further details.
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.
Sampler Holder for TEM
Buyer not available
The National Institute of Standards and Technology (NIST) is seeking proposals for a Heating-Biasing Sample Holder compatible with their Thermo Fisher scanning transmission electron microscopy (S)TEM, as outlined in solicitation number NB686090-25-01357. This specialized equipment is crucial for conducting in-situ analyses of semiconductor devices under varying conditions, including temperatures up to 900 °C and bias voltages from 0 V to 40 V, thereby enhancing the lab's capabilities in measuring atomic-scale failure mechanisms. Interested vendors must submit detailed quotations that demonstrate their technical capabilities, relevant experience, and pricing, with a focus on compliance with federal procurement standards. For inquiries, contact Angela Hitt at angela.hitt@nist.gov or 303-497-7305, and ensure submissions are made electronically by the specified deadline.
DLA Aviation Computed Tomography System
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for a turn-key, state-of-the-art 7-axis digital radiography computed tomography system under solicitation number SP4703-25-R-0007. The system must meet specific technical requirements, including the ability to scan objects up to 60 inches in diameter and length, and must incorporate advanced imaging capabilities, such as a microfocus x-ray tube and automated control systems. This procurement is crucial for enhancing the DLA's metrology lab, thereby improving quality assurance and safety measures within military logistics. Proposals are due by May 16, 2025, at 2:00 PM EST, and interested contractors must be registered in the System for Award Management (SAM) prior to submission; inquiries should be directed to Allison Douglewicz at allison.douglewicz@dla.mil.
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.