Skip to main content

An official website of the United States government

You have 2 new alerts

Vertical Proof Load System

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: May 04, 2023 12:17 pm EDT
  • Original Published Date: May 04, 2023 12:03 pm EDT
  • Updated Response Date: May 20, 2023 02:00 pm EDT
  • Original Response Date: May 20, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6635 - PHYSICAL PROPERTIES TESTING AND INSPECTION
  • NAICS Code:
    • 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
  • Place of Performance:

Description

The Naval Air Warfare Center Aircraft Division, Lakehurst in support of the Prototype, Manufacturing, and Test Division (PMTD), is seeking sources that can provide a Horizontal Proof Load System for the Environmental Test Laboratory (ETL). Scope of work as follows:

  1. REQUIREMENTS

2.1 Horizontal Proof Load System

  1. One horizontal proof load machine capable of performing (at the minimum) the following requirements:
    1. Tension and Compression capacity of at least 500,000 lbs.
    2. Load cell accuracy of +/-.5% or better
    3. Machine capable of performing failure testing (break testing)
    4. 3’ hydraulic stroke minimum
    5. Usable test article working length of 30’ minimum
    6. Linear Variable Differential Transformer (LVDT) installed for precise distance measurements with resolution down to +/- .005”
    7. Hydraulically / electrically controlled safety cage
    8. Frame does not require any anchoring and/or additional reinforcement to floor
  2. Machine to include integrated Hydraulic Power Unit (HPU).
  3. If a computer is included, it must operate using Windows 10.
  4. Power available for machine is 60 Hz 480V - 3 phase, 60 Hz 240V – 1 phase, and 60 Hz 120V – 1 phase.
  5. Compressed air available for machine up to 120 PSI.
  6. Any additional software for operation is included with purchase and must be compatible with Windows 10 Operating System
  7. First fluids filling and/or calibration, if applicable, must be included with overall machine cost
  8. On-Site training for equipment operation and maintenance for four people.
  9. Warranty covering parts and labor for a minimum of 1 year
  10. Hard/printed copies of user / maintenance manuals, detailed parts list with suppliers, and electrical / mechanical schematic for machine, 2 copies of each
  11. Digital copies of user / maintenance manuals, detailed parts list with suppliers, and electrical / mechanical schematic for machine
    1. CAD files for electrical / mechanical schematic
  12. Delivery, rigging, and installation and setup of machine must be included using contractor tools and labor. This includes any crane support, forklift support, leveling / shimming, packaging storage, dunnage, and final connection to utilities that we will provide within 20 ft of the installation location.
    1. Machine must fit through a 138” Wide x 136” Tall roll up door (can be disassembled / reassembled if required).

2.2 Contract Options

  1. Preventative maintenance and/or calibration service on equipment for length of warranty

2.3 Government Inspection and Acceptance

Government personnel shall complete inspection and acceptance of the unit at the destination after machine start up and training have been completed.

3.0       PACKAGING, PRESERVATION AND SHIPPING

Shipments shall be packaged and transported (FOB Destination) via safe, secure, reliable, and traceable means of transportation and provide protection from normal climatic/weather conditions and incidental mishandling during shipping to prevent any damage or loss during shipment. All shipments under this contract shall be addressed to the NAVAIR Lakehurst Staging Facility as indicated below.  Shipping costs need to be incurred by the contractor who is doing the shipping.

Joint Base MDL, New Jersey 08733

All exterior shipping containers/packaging shall at a minimum be marked with the information listed above and the Contract Number.

Responses to this RFI shall be sent by e-mail to Jeffrey Chelston at

Jeffrey.m.chelston.civ@us.navy.mil by the date and time designated in this

posting. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is

issued solely for information and planning purposes. It does not constitute

a Request for Proposal (RFP) or a promise to issue an RFP in the future.

This request for information does not commit the Government to contract

for any supply or service whatsoever. Further, the Navy is not at this time

seeking proposals and will not accept unsolicited proposals. Responders

are advised that the U.S. Government will not pay for any information or

administrative costs incurred in response to this RFI; all costs associated

with responding to this RFI will be solely at the interested party's expense.

Not responding to this RFI does not preclude participation in any future

RFP, if any is issued. If a solicitation is released, it will be synopsized on the

SAM.gov website. It is the responsibility of the potential offerors to

monitor this site for additional information pertaining to this requirement.

Contact Information

Contracting Office Address

  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA

Primary Point of Contact

Secondary Point of Contact





History