SOLICITATION - Brand Name MTS Structural Beam Testing System

SOL #: W911SD26QA058Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-WEST POINT
WEST POINT, NY, 10996-1514, United States

Place of Performance

West Point, NY

NAICS

Other Building Equipment Contractors (238290)

PSC

Installation Of Equipment: Miscellaneous (N099)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 20, 2026
2
Last Updated
Mar 26, 2026
3
Submission Deadline
Mar 31, 2026, 4:00 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 Mission and Installation Contracting Command (MICC)-West Point is soliciting proposals for a Brand Name MTS Structural Beam Testing System for delivery and installation at the United States Military Academy (USMA) in West Point, NY. This 100% Small Business Set-Aside opportunity seeks a specialized hydraulic testing system for the Department of Civil & Environmental Engineering. Quotes are due by March 31, 2026, at 12:00 PM EST.

Scope of Work

This requirement is for the procurement, delivery, and installation of one Brand Name MTS Structural Beam Testing System. The system is crucial for structural engineering courses and research, enabling testing of materials and structures under dynamic and quasi-static loading. Key components include:

  • Two linear hydraulic actuators (one 30-inch stroke, one 10-inch stroke) with specific tension (75 kip) and compression (112 kip) capacities.
  • A hydraulic service manifold (50 gpm capacity) and a hydraulic power unit (30 gpm capacity).
  • A hydraulic servo-controller, computer, monitor, and compatible software.
  • All necessary hoses, cables, cords, and connectors for a fully operational system. The contractor is responsible for on-site installation, functional performance testing, and providing electrical parts, labor, water/hydraulic connections, and other installation materials. Rigging services, including offloading and setting in place, are also required.

Contract & Timeline

  • Contract Type: Firm Fixed Price.
  • Period of Performance: The overall estimated contract period is June 1, 2026 – May 31, 2027. However, the delivery and installation work must be completed within a 2-month period, specifically between July 1, 2026, and August 31, 2026.
  • Set-Aside: This is a 100% Small Business Set-Aside under NAICS code 238290 (Other Building Equipment Contractors) with a $22.0 million size standard.
  • Response Due: March 31, 2026, by 12:00 PM EST.
  • Published Date: March 24, 2026.
  • Place of Performance: USMA, Department of Civil & Environmental Engineering, Goethals Hall, Cyber and Engineering Academic Center, High-Bay Room 102, West Point, NY 10996.

Evaluation Factors

Quotes will be evaluated based on two factors: Technical and Price.

  • Technical Factor: Offerors must submit specification sheets describing the supply's characteristics. Evaluation will be Acceptable/Unacceptable based on meeting stated requirements, with experience demonstrating similar magnitude and complexity.
  • Price Factor: Price analysis techniques will determine reasonableness. Award will be made to the responsible offeror whose offer is most advantageous to the Government, without discussions.

Special Requirements & Notes

  • Brand Name Justification: A justification for limiting competition to the MTS brand name was issued, citing that only MTS offers a system meeting the specific technical requirements.
  • SAM Registration: Offerors must be registered as a Small Business concern under the appropriate NAICS code in SAM.gov, with current and valid Entity Unique Identifier and CAGE Code.
  • Personnel Requirements: Contractor personnel must comply with security and safety regulations, including an NCIC II background check, obtaining a DoD Common Access Card (CAC), and possessing Information Assurance Technician (IAT) Level I certification. Personnel must be U.S. citizens unless approved otherwise.
  • Training & Documentation: A 12-hour on-site operator training session and Operation and Maintenance Manuals are required.
  • Physical Constraints: The system must fit through a 7.5 ft by 11 ft door opening, and all components must fit within a 20 ft by 7 ft space.
  • Submission: Quotes, including a completed, signed, and dated SF 1449, must be submitted via email to Leslie Duron (leslie.a.duron.civ@army.mil).

People

Points of Contact

Leslie DuronPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Mar 26, 2026
View
Version 2Viewing
Solicitation
Posted: Mar 24, 2026
Version 1
Pre-Solicitation
Posted: Mar 20, 2026
View