Materials and Textiles Lab Tensile Tester
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 Department of the Air Force is seeking proposals for the purchase, delivery, and installation of a Materials and Textiles Lab Tensile Tester at Wright Patterson AFB, OH. This acquisition also includes the removal of the existing Instron 5584 tester. This is a Total Small Business Set-Aside and will result in a firm-fixed-price contract. Quotes are due by April 29, 2026.
Scope of Work
The requirement is for one (1) Tensile Tester that meets the detailed "Salient Characteristics" outlined in Attachment 1. Key system requirements include a minimum static force capacity of 150 KN, an extra-height load frame, 150 kN and 50 kN static load cells, comprehensive software for control and data analysis, specific crosshead speed and displacement, and a minimum 24-inch distance between twin columns. The system must include a minimum one-year comprehensive warranty and two years of priority technical support.
Vendor responsibilities encompass providing all labor, materials, equipment, and transportation for delivery and installation, as well as the removal of the existing Instron 5584 tester. Installation must be performed by a factory-trained and certified Service Engineer. The contractor will also provide full system introduction, safety overview, and detailed onsite software instruction for up to four operators, including the development of up to five new or converted test methods. Onsite integration with a customer-supplied computer and force verification (ASTM E4) are also required.
Contract Details
- Contract Type: Firm-Fixed-Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334519 (Small Business Size Standard: 600 employees)
- Product Service Code: 6635 (Physical Properties Testing And Inspection)
- Place of Performance: 2060 Monahan Way, Bldg 17 Wright Patterson AFB, OH, 45433
Submission & Evaluation
- Questions Due: Friday, April 24, 2026, 10:00 am EDT
- Answers Provided: On or around Monday, April 27, 2026
- Quotes Due: Wednesday, April 29, 2026, 4:00 pm EDT
- Submission Method: Via email to the Contract Specialist and Contracting Officer.
- Quote Validity: Minimum of 45 calendar days.
- Evaluation: Award will be made to the lowest price, technically acceptable, responsible offeror. The lowest three (3) offers will undergo technical evaluation, with subsequent lowest quotes evaluated if fewer than three are technically acceptable.
- Points of Contact:
- Capt Krystal Ruiz-Velez (Contract Specialist): krystal.ruiz-velez@us.af.mil
- Ben Heath (Contracting Officer): ben.heath.2@us.af.mil
Additional Notes
This is a combined synopsis/solicitation (RFQ). The Government reserves the right to cancel the solicitation or to award on a SOME, NONE, or ALL basis for individual items if funds are not available for the entire contract value. Offerors must include their SAM Unique Entity Identifier (UEI) Number and/or Commercial and Government Entity (CAGE) code and provide detailed product information. Payment requests will be submitted electronically via Wide Area WorkFlow (WAWF).