Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2025 SAM #8663
SPECIAL NOTICE

66 -- Notice of Intent to Sole Source Instron Test Systems

Notice Date
8/13/2025 2:18:29 PM
 
Notice Type
Special Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Response Due
8/21/2025 1:00:00 PM
 
Archive Date
09/05/2025
 
Point of Contact
Brianna Morphis, Kenneth Helgeson, Phone: 7193385503
 
E-Mail Address
brianna.morphis@us.af.mil, kenneth.helgeson.3@us.af.mil
(brianna.morphis@us.af.mil, kenneth.helgeson.3@us.af.mil)
 
Description
This is a special notice prepared in accordance with Federal Acquisition Regulation (FAR) subpart 5.2 - Synopses of Proposed Contract Actions. The contracting office for this notice is the 10th Contracting Squadron, USAF Academy, CO 80840. The US Air Force Academy (USAFA) intends to award a sole source commercial contract using simplified procedures in accordance with FAR parts 12 & 13 to Illinois Tool Works Inc.. Illinois Tool Works Inc. is located at 825 University Ave, Norwood, Massachusetts. The authority for this non-competitive award is 10 USC 2304(c)(1), only one responsible source. The NAICS code for this requirement is 334519. The size standard as defined by the U.S. Small Business Administration is 600 employees. This notice incorporates provisions and clauses that are in effect through Federal Acquisition Circular FAC 2025-05 effective 07 Aug 2025. The Government has deemed Illinois Tool Works Inc. to be a responsible contractor with respect to performance. The anticipated award date is NLT 30 Sep 2025. Salient characteristics: Servohydraulic Test System #1 � Capacity 1500 kn (337,500 lbs) +/- 38 lbs � Hydraulic Test System with Dual Test Spaces with Open-Front Crosshead � Upgrade Software compatible to Windows 10 professional operating system o Metals Application Module o TestProfiler o TestCam video recording & playback module with USB cable & camera mounting o Computer and monitor is supplied by customer � Jaw Faces, flat horizontal, specimen thickness 0 to 35 mm (0 to 1.4in) � Jaw Faces, flat horizontal, specimen thickness 35 to 70mm (1.4 to 2.75in) � Jaw Faces, vee horizontal, specimen diameter 12 to 45mm (0.5 to 1.75in) � Jaw Faces, vee horizontal, specimen diameter 45 to 70mm (1.75 to 2.75in) � Software Training: o Detailed onsite software operation and usage instruction for up to 3 operators o Set-up of specimen parameters, test control parameter, report templates, results calculations setup for applications o Development or conversion up to 5 test methods o Overview of test method results and report o Review of user�s application needs o Detailed testing of customer supplied specimens to validate/verify customer test methods and applications � Include a 1-year manufacturer�s warranty and Include instruction booklet in both print and digital formats Test Instrument #2 � Capacity 600 kN (135,000 lbf) +/- 38 lbs � Hydraulic Test System with Dual Test Spaces with Open-Front Crosshead � Upgrade Software compatible to Windows 10 professional operating system o Metals Application Module o TestProfiler o TestCam video recording & playback module with USB cable & camera mounting with camera o Computer and monitor is supplied by customer � Flat jaw faces - for gripping flat specimens 1 to 13 mm (0.04 to 0.51 in) � Flat jaw faces - for gripping flat specimens 13 to 26 mm (0.51 to 1.02 in) � Vee jaw faces - for gripping round specimens 5 to 13 mm (0.2 to 0.51 in) � Vee jaw faces - for gripping round specimens 13 to 26 mm (0.51 to 1.02 in) � Stand Alone Grip Controller and Hydraulic Power Supply � �500kN (112kip) Fatigue Rated Hydraulic Wedge Grips. � T-Slot Table, 600 kN. Dimensions (WxDxH): 640 x 640 x 90 mm (25.2 x 25.2 x 3.5 (in). Includes M-20 T-Bolt fixture mounting hardware. Weight 245 Kg (540 lbs.) � T-Slot Bases, Upper and Lower, for Flexure Fixture Supports � Tensile Holders for Shoulder-End and Button-head Specimens, 600kN � Classic SATEC Accessory Tension Rod Adapter Kit � Automatic Extensometer with Instron compatible controllers � 3 point Articulating and Rolling Bearing Plate Anvil set � Bend Fixture Lower Beam for Wood and Fiberboard, Force capacity � Center pivot supports for flexural testing of Brittle Materials � Software Training: o Detailed onsite software operation and usage instruction for up to 3 operators o Set-up of specimen parameters, test control parameter, report templates, results calculations setup for applications o Development or conversion up to 5 test methods o Overview of test method results and report o Review of user�s application needs o Detailed testing of customer supplied specimens to validate/verify customer test methods and applications � Include a 1-year manufacturer�s warranty and Include instruction booklet in both print and digital formats All items need to be compatible with Bluehill software. The contracting officer has determined that the circumstances of the contract action deem only one source reasonably available IAW FAR 13.106-1(b)(2). REQUIREMENT: The government intends to award a firm-fixed price purchase of all, some, or none of the following items. Line item Description Quantity Unit of Issue 0001 Instron 1500HDX ServoHydraulic Test System 1 EA 0002 Instron 5989 (600kN) Test Instrument 1 EA A SOLICITATION WILL NOT BE POSTED. Based on previous market research conducted, the Government intends to proceed with this sole source action. This synopsis is for informational purposes only and does not constitute a solicitation for bids or proposals. DO NOT submit a bid/quote at this time. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Interested concerns must show clear and convincing evidence that competition of this requirement would be advantageous to the Government. Oral communications are not acceptable in response to this notice. A determination by the Government not to compete this proposed requirement is solely within the discretion of the Government. Responses and questions shall be submitted to brianna.morphis@us.af.mil or kenneth.helgeson.3@us.af.mil no later than 2:00pm, MDT on 21 Aug 2025. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated. Contractors must have a current registration with the System for Award Management (SAM) at http://sam.gov/. The Government bears no legal liability for any costs incurred by responding to this notice. 5352.201-9101 OMBUDSMAN (OCT 2019) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, James Anderson 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-3829 FAX 719-333-9018 Email: james.anderson.72@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3dfdd74e6ec9494384a53e78482ae872/view)
 
Place of Performance
Address: CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN07548646-F 20250815/250813230046 (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.