Electromechanical Test Frame System
SOL #: N0016726Q0004Combined Synopsis/Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NSWC CARDEROCK
BETHESDA, MD, 20817-5700, United States
Place of Performance
Bethesda, MD
NAICS
Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)
PSC
Physical Properties Testing And Inspection (6635)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Apr 28, 2026
2
Submission Deadline
May 11, 2026, 2:00 PM
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, Naval Surface Warfare Center Carderock Division (NSWCCD), located in Bethesda, MD, intends to award a firm fixed-price purchase order for an Electromechanical Test Frame System. This is a Total Small Business Set-Aside. Quotes are due by May 11, 2026, at 10:00 AM.
Scope of Work
NSWCCD requires a 100kN (20kip) electromechanical test frame system. Key features and deliverables include:
- A cross-head mounted actuator/gearing to protect components from corrosion.
- Active feedback control, comprehensive test and control software, and an uninterruptible power supply (UPS).
- Minimum speed of 0.000002 in./min and a maximum speed of 1 in./min or more.
- Fast Control Software capable of performing basic ASTM tension/compression/slow-strain rate tests.
- Special grip adapters and accessories to integrate with existing NSWCCD fixturing.
- Full installation and commissioning of the test frame.
- On-site training for five government employees covering system operation, maintenance, and troubleshooting.
Contract & Timeline
- Contract Type: Firm Fixed-Price Purchase Order
- Delivery: Not later than 6 months after contract award, FOB Destination.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334515 (Small Business Standard: 750 Employees)
- PSC Code: 6635 (Physical Properties Testing And Inspection)
- Quotes Due: May 11, 2026, 10:00 AM
- Published Date: April 28, 2026
Submission & Evaluation
Responses must include:
- Company Letterhead, Pricing (rounded to the nearest whole dollar), Cage Code, FOB Destination, Point of Contact, GSA contract number (if applicable), and Business Size.
- Submissions must clearly demonstrate the capability to meet all specified requirements and include the lead time for product delivery.
- Evaluation: Lowest Price Technically Acceptable (LPTA). Technical capability will be assessed based on meeting all requirements defined in the PWS/SOW and minimum specifications.
Additional Notes
This solicitation incorporates FAR and DFARS clauses effective October 1, 2025. For inquiries, contact Kylie Cox at kylie.cox3.civ@us.navy.mil or 227-224-3139.
People
Points of Contact
Kylie CoxPRIMARY
Files
Files
Versions
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 28, 2026