Skip to main content

An official website of the United States government

You have 2 new alerts

Geotechnical Lab Equipment

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: Presolicitation (Original)
  • Original Published Date: Mar 09, 2023 04:02 pm CST
  • Original Response Date: Mar 15, 2023 11:59 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Champaign , IL 61821
    USA

Description

The United States Army Corps of Engineers (USACE) Engineering Research and Development Center-Construction Engineering Research Laboratory (ERDC-CERL) has a requirement to procure one (1) automated triaxial compression apparatus and three (3) modular actuators for geotechnical testing.  ERDC-CERL intends to award a purchase order on a sole source basis to Trautwein Soil Testing Equipment Co in accordance with FAR 13.106-1(b)(1).

The GeoTac Sigma-1 40K load frame and GeoJac actuators manufactured by GeoTac (aka Trautwein Soil Testing Equipment Company) are the only apparatuses found to meet all the requirements of the Government research team. These equipment requirements are as follows.

  1. Triaxial compression apparatus:
    1. Has an automated data recording system
    2. Has an automated loading system
    3. Has an automated hydraulic system
    4. Has a frame with a minimum capacity of 10K lb
    5. Has pumps with a minimum capacity of 300 mL
    6. Can accommodate a triaxial cell for a specimen with a 6 in diameter
  2.  Modular actuators with 2000-lb capacity and 1.5-in stroke
    1. Have the ability to be mounted vertically or horizontally to perform direct shear testing or consolidation testing
  3.  For direct shear testing, the modular actuators, when set up as a direct shear apparatus:
    1. Perform tests to the standards set forth in the most recent versions of ASTM D3080
    2. Have a vertical capacity of 2000 lb
    3. Have a horizontal capacity of 2000 lb
    4. Have a speed ranging between 0.000002-0.2 in/min
    5. Have a horizontal travel of ±0.5 in
    6. Have an automated loading system
    7. Have an automated displacement system
    8. Have an automated data acquisition system
    9. be capable of testing 2.5-in specimens
  4.  For consolidation testing, the modular actuators, when set up as a consolidation apparatus:
    1. Should, at a minimum, perform tests to the standards set forth in the most recent versions of ASTM D2435 and ASTM D4186
    2. Should have a loading capacity of 2000 lb
    3. Should have a speed ranging between 0.000002-0.2 in/min
    4. Should have an automated loading system
    5. Should have an automated data acquisition system
  5.  Modular actuator with a 2000-lb capacity and an 8-in stroke:
    1. Should be able to be controlled with the same software (i.e., interoperable) as the actuators listed in item (2)
    2. Should be compatible with the loading frames and accessories as the actuators listed in item (2)
  6.  All pieces of equipment (the triaxial apparatus and the 1.5-in and 8-in stroke actuators) must be interoperable since the automated hydraulic system from the triaxial apparatus will be used with the actuators in different test set ups.

Because of these reasons Trautwein Soil Testing Equipment Co is the sole source for this procurement.

This is not a request for proposal and in no way obligates the Government to award any contract.

This is not a small business set aside. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government’s acquisition strategy.

Please provide responses to this notice, no later than the date and time listed at the top of this posting, to:

CERL-CT-QUOTES@usace.army.mil

Telephone responses will not be accepted.

Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 2902 FARBER DRIVE PO BOX 9005
  • CHAMPAIGN , IL 61822-1072
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Mar 30, 2023 10:59 pm CDTPresolicitation (Original)