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 W913E525Q0009 is being issued as a Request For Quotation (RFQ). This requirement is a total set-aside for small business concerns.
The associated North American Industry Classification System (NAICS) code is 238990–All Other Specialty Trade Contractors, which has a small business size standard of $19 million. This requirement is a Total Small Business Set-Aside in accordance with FAR 19.502-2.
The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) Engineering Research Branch (ERB) has a requirement for rigging services for relocation of a Riehle FH-300 load frame from the first floor of the CRREL main lab to the CRREL subbasement. The Contractor shall be responsible for all required load frame disassembly, movement, and reassembly.
Performance Specifications: CRREL requires the contractor to disassemble, move, and reassemble the Riehle FH-300 Universal Testing Machine from the first floor of the CRREL Main Lab to the subbasement. The frame is depicted in Figure 1 of the RFQ and detailed shop drawings are provided in the attachment Exhibit A. Relevant measurements of the load frame are as follows:
- The overall dimensions of the loading frame assembly (without hydraulic control console) are 58 inches in width, 32 inches in depth, and 130 inches in height.
- The maximum weight of the frame without control console is 13,000 pounds.
- The following weights of major components are provided, referencing part numbers provided in Exhibit A:
- Frame base (1) and plate (37) – 6,550 lbs.
- Loading heads (41,49) – 1,500 lbs./each
- Screw Rods (101) x2 – 550 lbs./each
- Tension Rods (103) x2 – 600 lbs./each
Disassembly
Doorway height and freight elevator load ratings preclude movement of the frame loading assembly intact. The frame will require disassembly to the point of removal of the screw and tension rods. The Contractor shall refer to the provided drawings and its own mechanical expertise to disassemble the frame such that the stand can be reassembled with no impact to operation after it is moved. The Government will verify full test stand functionality at the conclusion of the relocation.
Moving
The disassembled frame components shall be relocated and reassembled by the Contractor. The route which these components must take is detailed in Figures 2, 3, and 4 of the RFQ. Components will transit through the laboratory space shown in Figure 3, into the freight elevator shown in Figure 4, down one floor, and out to the exterior of the building (Figure 5). The freight elevator has an 8 foot by 8-foot door opening, is 12 feet deep, and has a rated capacity of 9,000lb.
Reassembly
The sequence of reassembly and movement is at the discretion of the Contractor; however, these operations shall be conducted such that no damage to components or assemblies occurs that would affect operation. Further, the Contractor is responsible for ensuring no damage occurs to any part of the CRREL facilities while performing the services required in this scope. The frame shall be reassembled to the configuration in which it was disassembled and placed on cribbing such that a minimum 4 inch high 48-inch-wide gap is accessible through the open roll up door. The frame is not expected to be operable following reassembly, as it will not be connected to hydraulic or electric power, however there should be no impact to the function of the frame as a result of disassembly, movement, and reassembly.
Site Visit
An escorted site visit may be arranged during solicitation to allow potential vendors to take necessary measurements and view the area.
- The escorted site visit days are scheduled for: June 3-6, 2025, between 0800 – 1600 EST. All personnel shall arrive to the southern guard entrance at the front of CRREL located at 72 Lyme Road, Hanover, NH 03755, no later than their designated time slot. Late arrivals may not be accommodated.
- Requests to attend site visits shall be submitted by email no later than June 4, 2025, by 16:00 EST. All requests should be sent to Benjamin.E.Watts@usace.army.mil and Tomeka.J.McNeely@usace.army.mil. The request shall include the subject line as “Load Frame Relocation Site Visit”, and the email shall include: company name, names of people attending in person each with US Driver’s License State & Number, and phone number of lead representative.
- Vendor personnel visiting CRREL for the site visit, as well as for any onsite work if an award is made, shall only be US Citizens and must be capable of passing a basic security check to gain escorted entry.
Please reference the attached RFQ W913E525Q0009 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.) Relevant past experience and competency in the nature of the requested mission, 3.) Proposed delivery schedule (lead time) and installation service date. Offeror shall indicate that it can meet the Government’s schedule requirement of project completion date of no later than 5 September 2025, and 4.) Total price to fulfill the Government’s requirement in its entirety.
Award will be made to the responsible offeror whose offer represents the Best Value to the Government, in consideration of all factors. The basis for award will be an acceptable quote, the price of which may not be the lowest.
FOB Destination: CRREL Hanover, NH 03755
Payment Terms: Net 30
Please provide responses to this notice, no later than Friday, 13 June 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.