This combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested.
The solicitation number W913E525Q0007 is being issued as a Request For Quotation (RFQ).
The associated North American Industry Classification System (NAICS) code is 333517–Machine Tool Manufacturing, was determined to best represent this requirement.
The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) requires an upgraded control system for their Riehle 300kip Universal Testing Machine (UTM).
Specifications. Relevant details of the frame to be upgraded as well as the requirements for the upgrade are as follows:
- Existing Frame Specifications
- Riehle FH-300
- 300,000lb design load capacity
- 11.2-inch piston diameter
- 6-inch piston stroke
- 208VAC 3-phase power required for crosshead positioning motor (1.5 HP 4.8A)
2. Unit requirements:
- Automatic servo-hydraulic system
- Dual Load Ranges
- 300,000lb (±0.5% accuracy of reading)
- 25,000lb (±0.5% accuracy of reading) via auxiliary load cell or secondary pressure transducer
- Maximum piston movement rate of at least 2 inches per minute
- Real time display of load and strain/position measurements
- Minimum of 6 preprogrammed and password protected test methods
- Load, position, and strain rate control capability
- Servo control profiles must include – ramp to break, sawtooth, ramp and hold
- Ability to download data to PC for analysis
- Minimum of two (2) auxiliary simultaneous strain input channels compatible with Epsilon concrete axial and circumferential extensometers
- Pendant control for crosshead positioning and platen jog
- Movable console for control interface and hydraulic components, including flexible hoses for attachment to frame
- Fixture for testing concrete beams up to 6”x6”x20” according to ASTM C78
- Control system must accept either 208VAC 3 Phase power or 120VAC single phase power
- Equipment shipped to CRREL, and on-site installation, setup, and calibration services shall be included
Please reference the attached RFQ W913E525Q0007 for instructions and applicable provisions and clauses. The following factors shall be used to evaluate offers; 1.) Technical capability to fulfill the Government’s requirements in its entirety, 2.) Total quoted price (including shipping FOB Destination to Hanover, NH 03755-1920) and 3.) Proposed delivery schedule (lead time) and installation service date.
Award will be made to the responsible offeror whose quote represents the lowest price technically acceptable to the Government, in consideration of all factors.
FOB Destination: CRREL Hanover, NH 03755-1290
Payment Terms: Net 30
Please provide responses to this notice, no later than Wednesday, 14 May 2025, 12:00 PM, Central Daylight Time (CDT) to:
Tomeka.J.McNeely@usace.army.mil
Telephone responses will not be accepted.
*Note: To be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete representations and certifications. For more information, review the SAM website at https://www.sam.gov.