Electro-Mechanical Dynamic Load Frame System and post-warranty Service and Maintenance Agreement Sources Sought

SOL #: 75F40126SS132448Sources Sought

Overview

Buyer

Health And Human Services
Food And Drug Administration
FDA OFFICE OF ACQ GRANT SVCS
Rockville, MD, 20852, United States

Place of Performance

Silver Spring, MD

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Mar 11, 2026
2
Response Deadline
Mar 21, 2026, 6:00 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 U.S. Food and Drug Administration (FDA), Center for Devices and Radiological Health (CDRH), is conducting market research through a Sources Sought notice to identify potential providers for an Electro-Mechanical Dynamic Load Frame System and a post-warranty Service and Maintenance Agreement. This effort aims to determine future acquisition strategies, including potential set-asides for small businesses. Responses are due by March 21, 2026, at 1:00 PM (Central Time).

Scope of Work

The FDA is seeking information on a specific Electro-Mechanical Dynamic Load Frame System and associated services:

  • Product: An Electro-Mechanical Dynamic Load Frame System with a 10,000 N capacity, featuring a floor-standing, dual support column, oil-free design. Key specifications include dimensional constraints (Height < 92", Width < 48", Depth < 48"), static force capacity of ≥ ±1,500 lbf, dynamic force capacity of ≥ ±2,200 lbf, and dynamic torque capacity of ≥ ±800 lbf-in. It must offer load/torque measurement accuracy of ±0.75% or ±0.0075% of capacity, an adjustable vertical test space of ≥ 30", an electrically powered crosshead lift, and a controller with jog pendant and emergency stop. Data acquisition capabilities (≥ 8 kHz continuous synchronous) and compatibility with dynamic testing software, real-time calculations, and advanced control modules are required. The system must include installation, software integration, training, and on-site force/speed/displacement verification.
  • Service: A post-warranty Service and Maintenance Agreement performed by formally trained and certified OEM technicians. This agreement must cover all parts, labor, travel, and shipping, include a minimum one-year comprehensive warranty, maintenance, and technical support, and guarantee corrective/remedial repair visits within 2-3 business days. Direct access to an OEM call center for technical assistance is also required.

Contract & Timeline

  • Opportunity Type: Sources Sought / Market Research
  • Response Due: March 21, 2026, 1:00 PM (Central Time)
  • Published: March 11, 2026
  • Place of Performance: Silver Spring, MD 20993, United States

Eligibility / Set-Aside

The FDA is specifically seeking information on providers for products that are Made in America. Responses are also sought from Small Business Manufacturers under NAICS 334516 (Analytical Laboratory Instrument Manufacturing) with a Small Business Size Standard of 1,000 employees. Providers of products made Outside America are also invited to respond.

Submission & Evaluation

Responses must be submitted via email to howard.nesmith@fda.hhs.gov by the due date. Required information includes proposed product details, a capability statement indicating if the product is Made in America, business information (name, DUNS, address, website, size status, POC, UEI), NAICS Small Business Program Representations, and country of origin if not Made in America. Sufficient descriptive literature demonstrating capability is also required. Informational pricing is encouraged but not mandatory.

Additional Notes

This notice is solely for market research and does not obligate the Government to award a contract. No proprietary, classified, confidential, or sensitive information should be included in responses. The Government reserves the right to use any non-proprietary technical information provided.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Mar 11, 2026
Electro-Mechanical Dynamic Load Frame System and post-warranty Service and Maintenance Agreement Sources Sought | GovScope