Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2025 SAM #8620
SPECIAL NOTICE

36 -- Instron Strength Tester System

Notice Date
7/1/2025 1:42:40 PM
 
Notice Type
Special Notice
 
NAICS
333248 —
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Response Due
7/16/2025 9:00:00 AM
 
Archive Date
07/31/2025
 
Point of Contact
Chris Welsh, Phone: 5082062088, Alejandro Ayala
 
E-Mail Address
richard.c.welsh2.civ@army.mil, alejandro.ayala.civ@army.mil
(richard.c.welsh2.civ@army.mil, alejandro.ayala.civ@army.mil)
 
Description
The U.S. Army Contracting Command � Aberdeen Proving Ground (ACC-APG), Natick Division, in support of the U.S. Army Combat Capabilities Development Command � Soldier Center (DEVCOM-SC) Textile Materials Evaluation Branch (TMEB) intends to award a Firm Fixed Price contract on a sole source basis to Illinois Tool Works Inc. located at 600 Knightsbridge Pkwy, Lincolnshire, Illinois 60069, under the authority as prescribed in FAR 13.106(b)(1). The requirement is for a new 300kN Model 68FM-300 Test system to not only replace the 55R4204-50kN system but to replace a significant portion of capability of the 5889-E2-C-2-600kN system as well to meet the requirements of the Army textile material evaluators at Combat Capabilities Development Command Soldier Center (DEVCOM-SC). This test system will join the previously purchased Instron equipment for calibration. Requirements: The system shall have a load range capacity of 300N to 300kN, with a dual column load frame construction to ensure the highest degree of accuracy for the test data generated by the system. The frame with extra height provides the necessary capability to be able to perform a wide range of test methods and to test a wide range of materials and items, to meet the testing needs of the military. For example, this includes, but not limited to, the testing of personal parachutes and components to, major cargo chute systems and components providing data related safety and service-life which can result in governments savings through extend service-life. The tester must be able to perform tension, compression and cycling on materials. The following is an explanation of requirements: Load Frame � 300kN (67,500lb) Dual Column Table Model test system with dual-belt drive system to provide synchronous movement of the ball screws which maintains crosshead alignment. System must have pre-loaded ball screws providing zero backlash during reverse stress loading. Load frame must operate on 115 volt Single Phase power without the use of an external transformer as space is limited in the lab. Load frame must be compatible with existing grips, fixtures, and other load cells/transducers within TMET. Software � Software must meet government information technology requirements and be compatible with current Instron load frame software (Instron Universal) to allow for the sharing of test methods between systems within the laboratory and to minimize training required to run the equipment. Load Cell � System should have one (1) load cell with the capacity and certified range of use with high axial and lateral stiffness with no more than +/-0.2% loading error. Ergonomics/Safety � The system must have a frame mounted control panel capable of allowing the operator to jog the crosshead up and down with both a set of buttons for fast jog and a precision thumbwheel for fine jog positioning. Control panel must also have user selectable �hot keys�. For Safety of the operator and protection of load cells, grips, and fixtures. Installation � Installation, training, and on-site calibrations must be performed by a factory trained accredited service engineer from the company the system is purchased from. Third party installers are not acceptable. The North American Industry Classification System (NAICS) for this requirement is 333248 and the size standard is 750 employees. THIS IS NOT A REQUEST FOR PROPOSALS. No solicitation document is available. Interested parties may identify their interest and capability by sending responses regarding this requirement to the Army Contracting Command � Aberdeen Proving Ground CCAP-DDN, Natick Division via email ONLY to Chris Welsh (Contract Specialist) at richard.c.welsh2.civ@army.mil and Alex Ayala (Contracting Officer) at alejandro.ayala.civ@army.mil no later than 12:00 pm EST 16 July 2025. Any questions regarding this notice must be in writing only; no telephonic replies will be accepted. A determination not to compete this proposed action based on any responses to this notice is solely within the discretion of the Contracting Officer. The U.S. government will not pay for any information or administrative cost incurred in response to the Notice. All costs associated with responding to this notice will be solely at the expense of the interested party.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/04318569d8534963bdc9ba931b9494d5/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN07495043-F 20250703/250701230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.