SOLICITATION - Brand Name Instron 1500HDX Universal Testing Machine
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Mission and Installation Contracting Command - Installation Contracting Office, West Point, NY (MICC-West Point) is issuing a Solicitation for the procurement and installation of a Brand Name Instron 1500HDX Universal Testing Machine (UTM) at the United States Military Academy (USMA). This requirement is a 100% Small Business Set-Aside. Proposals are due March 31, 2026, at 12:00 p.m. EST.
Opportunity Details
This opportunity seeks a contractor to deliver and install a Brand Name Instron 1500HDX UTM for the Department of Civil & Environmental Engineering at USMA. The UTM is a hydraulic experimental testing machine essential for supporting civil engineering laboratories and research, capable of testing large and small-scale materials and structures.
Scope of Work
The contractor will be responsible for:
- Providing and installing a Brand Name Instron 1500HDX UTM with specific technical requirements, including a 337.5 kip hydraulic actuator, 12-inch stroke, hydraulic grip actuation, 8-inch gage length rebar extensometer, controller, computer, monitor, and compatible software.
- Performing on-site installation, delivery, and functional performance testing to ensure the machine is fully operational and validated.
- Supplying all necessary rigging equipment, electrical parts, labor, water, and hydraulic connections.
- Ensuring the UTM and its components fit within specified spatial dimensions (e.g., door opening 7.5 ft x 11 ft, hydraulic power unit room 12 ft x 7.5 ft).
- Providing a 1-year warranty and a one-day on-site operator training session post-installation.
- Managing all debris removal and disposal.
- Contractor personnel must comply with security requirements, including NCIC II background checks, obtaining Common Access Cards (CAC), and completing Anti-Terrorism (AT) Level I and iWATCH training.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- Period of Performance: The overall contract period is estimated from June 1, 2026, to May 31, 2027. Installation work is expected to be completed between July 1, 2026, and August 31, 2026.
- Delivery Date: On or before May 31, 2027.
- Set-Aside: 100% Small Business Set-Aside under NAICS Code 238290 (Other Building Equipment Contractors) with a size standard of $22.0 million. The Product Service Code is N099 (Installation Of Equipment: Miscellaneous).
- Funding: Operations & Maintenance, Army (OMA) for FY 2026.
- Place of Performance: United States Military Academy, Department of Civil & Environmental Engineering, Goethals Hall, Cyber and Engineering Academic Center, High-Bay Room 102, West Point, NY 10996.
Submission & Evaluation
- Proposal Due Date: March 31, 2026, at 12:00 p.m. EST.
- Submission Method: Email proposals to Leslie Duron at leslie.a.duron.civ@army.mil.
- Required Documents: Completed, signed, and dated SF 1449 (with specific blocks 30a, 30b, 30c, and Line Item 0001 pricing filled), along with specification sheets describing the supply characteristics.
- Evaluation: Proposals will be evaluated based on Technical and Price factors. The Government intends to award without discussions, so offerors should submit their best terms initially.
- Wage Determination: Bidders must adhere to the U.S. Department of Labor Wage Determination (No. 2015-4159, Revision No. 31) for New York, Orange County, which outlines prevailing wage rates and fringe benefits for various occupations.
Important Notes
Offerors must be registered as a Small Business concern under the appropriate NAICS code in SAM.gov, and ensure their Entity Unique Identifier and CAGE Code are current and valid. It is the offeror's responsibility to monitor SAM.gov for any posted changes or amendments.