34--(qty 1) Breakout Table
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 U.S. Geological Survey (USGS) Idaho National Laboratory Project Office (INLPO), under the Department of Interior, is soliciting proposals for a hydraulic-powered breakout table. This Total Small Business Set-Aside opportunity requires a firm, fixed-price quote for equipment essential to support drilling operations for groundwater monitoring wells. Evaluation will be based on the Lowest-Priced Technically Acceptable (LPTA) factors. Quotes are due by February 24, 2026.
Scope of Work
This requirement is for one (1) new hydraulic-powered breakout table. The equipment is critical for safely and efficiently assembling and disassembling hammer drilling components that require significant torque during groundwater monitoring well construction. Key technical specifications include:
- Torque Capability: Maximum breakout torque of 80,000 ft-lbs and maximum makeup torque of 60,000 ft-lbs.
- Compatibility: Capable of both makeup and breakout operations for threaded tool joints, compatible with tool outer diameters (OD) up to 12 inches.
- Hydraulics: Must operate using rig hydraulics (minimum 2 GPM flow) with a hydraulic pressure range of 0-20 MPa (approx. 0-3,000 psi).
- Features: Adjustable jaws or chain system, non-marking dies, capable of horizontal operation with overhead crane support, integrated forklift pockets and lifting eyes.
- Safety & Quality: Includes safety features like emergency stop and lockout capability, and a torque monitoring system for QA documentation.
- Construction: Heavy-duty steel frame with a corrosion-resistant finish suitable for industrial and field environments. Only brand new items will be accepted, and offerors must specify the country of manufacture.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation for commercial items.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 332999 (All Other Miscellaneous Fabricated Metal Product Manufacturing) with a size standard of 750 employees.
- Period of Performance: Delivery is required by March 31, 2026.
- Evaluation: Lowest-Priced Technically Acceptable (LPTA).
- Pricing: Quotes must be firm, fixed price, in U.S. Dollars.
Submission & Deadlines
- Quotes Due: February 24, 2026, 01:00 AM UTC.
- Submission Requirements:
- Offerors must be registered and have an active registration in SAM.gov.
- Complete and return FAR 52.204-24 and FAR 52.204-26 representations regarding covered telecommunications equipment or services.
- Acknowledge and include all amendments with the quote.
- Submit Unique Entity Identification (UEI) number.
Important Notes
This solicitation was modified by Amendment 0001, which replaced the original technical specifications sheet. Bidders are advised to refer to the newly attached document (Specs__Provisions__clauses_0001.rtf) for the most current specifications and clauses when preparing their offers. The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-06.