SOLICITATION NOTICE
66 -- Brittleness Point Temperature Tester
- Notice Date
- 6/17/2025 10:44:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- W6QK ACC RRAD TEXARKANA TX 75507-5000 USA
- ZIP Code
- 75507-5000
- Solicitation Number
- W911RQ25Q0003
- Response Due
- 6/25/2025 3:00:00 PM
- Archive Date
- 07/10/2025
- Point of Contact
- Randy Reece, Phone: 5715881519, Travis Peterson, Phone: 5715881517
- E-Mail Address
-
randy.a.reece.civ@army.mil, travis.n.peterson2.civ@army.mil
(randy.a.reece.civ@army.mil, travis.n.peterson2.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Purchase Description (PD) Brittleness Point Temperature Tester � One (1) Each For Red River Army Depot (RRAD) � Rubber Testing Laboratory 1. Scope: This purchase description sets forth the minimum requirements for the delivery of one (1) each Brittleness Point Temperature Tester in accordance with American Society for Testing and Materials (ASTM) D2137 for use in the Rubber Products Branch of Red River Army Depot. The system shall be used to determine the lowest temperature at which rubber samples do not exhibit brittle failure when subjected to impact under low temperature conditions. The system shall be of a tabletop design and include a temperature controlled chamber utilizing dry ice as coolant, an impact striker mechanism, and associated controls for precise temperature regulation. Further technical specifications are defined in Section 4. 2. Delivery: The items acquired via this contract shall be delivered to the Red River Army Depot located at Texarkana, Texas no later than three (3) months after award. 3. General Requirements: 3.1 Item Condition: The item offered shall be new and a current production model. A current production model is defined as the manufacturer�s current production model which, on the date this solicitation is issued, has been designed, engineered and sold or is being offered for sale through advertisements or manufacturer�s published catalogue or brochures. Products such as a prototype unit, pre-production model, or experimental units do not qualify as meeting the requirements specified herein. The equipment shall be complete, so that when connected to the utilities identified herein, it can be used for any function for which it was designed and constructed. 3.2 General Safety: The equipment shall be fitted with safety devices or coverings for any parts that present safety hazards. 3.3 General Standards Compliance: General compliance shall include, but not necessarily be limited to the following: 3.3.1 Occupational Safety and Health Administration (OSHA) 29 CFR 1910: Code of Federal Regulations, Occupational Safety and Health Standards 3.3.2 ASTM D2137 3.3.3 National Fire Protection Agency (NFPA) 70: National Electric Code (NEC), most current edition. 3.3.4 Vendor shall comply with all local, state, and federal safety, security, and environmental regulations. 3.4 Environmental Protection: The equipment shall be designed and constructed, so that under the operating service, transportation and storage conditions described herein, the equipment shall not emit materials hazardous to the ecological system as prescribed by federal, state, and local statutes in effect at the time of offer. 3.4.1 Compliance with Environmental Laws and Regulations: Contractor shall comply with all applicable federal, state, and local environmental laws, statutes, regulations, executive orders, permits, Army regulations (with supplements), as well as Major Subordinate Command (MSC) and installation regulation, policy, Host Tenant Agreement, Interagency Service Support Agreement, or Status-of-Forces Agreement. Contractor shall immediately report any conflicts between applicable federal, state, local environmental laws, statutes, executive orders, and provisions of Army Regulation 200-1, and any specifications within this contract to the Contracting Officer Representative (COR). 3.4.2 Conformance with Environmental Management System: Contractor shall take the necessary actions to identify, monitor, and control those contract operations and activities that pose risk of contamination, or can negatively impact the natural and/or human environment. 3.5 Interchangeability: All parts of the end item shall be manufactured to standards and tolerances that will provide for the interchangeability of respective parts between end items of the same model without modification of the part or the equipment. All replacement parts shall be available commercially within the continental United States. 3.6 Equipment Assembly: The equipment shall be constructed of parts that are new, without defects and free of repairs. The equipment construction shall include all components, parts, and features necessary to meet the performance requirements specified herein. All parts subject to damage from environmental hazards (such as dust, debris, or residue) shall be sealed or otherwise protected. The structure shall withstand all forces encountered during the operation of the equipment to its maximum rating and capacity without permanent distortion or failure. 3.7 Controls and Labels: All operator controls and function labels required for operation shall be clearly displayed in the English language. 3.8 Surfaces: All surfaces shall be clean and free of harmful or extraneous materials. All edges shall be either rounded or beveled unless sharpness is required to perform a necessary function. Except as otherwise specified herein, the condition and finish of all surfaces shall be in accordance with the manufacturer's commercial practices. 3.9 Maintainability: The equipment shall be designed and constructed to permit maintenance personnel to easily service the equipment using a minimal number of tools. All parts subject to wear, breakage, or distortion shall be accessible for adjustment, replacement, or repair. Consistent with required maintenance and design of the equipment, the vendor shall provide any special tools required to service the unit. The equipment shall be equipped with access covers to facilitate inspection, cleaning, repair, or replacement of parts. 4 Technical Specifications: The unit shall be designed to accommodate rubber samples for the purpose of determining brittleness of the sample at low temperature and shall conform to ASTM D2137. The following features shall be included: 4.1 Insulated testing chamber designed to accommodate dry ice testing medium down to -70 degrees Celsius (-94 degrees Fahrenheit) 4.2 An electric stirrer device to ensure test chamber temperature uniformity 4.3 Specimen holder compatible with standard elastomer industry test specimen sizes 4.4 Easy access door for specimen loading 4.5 Digital controller to regulate and display temperature within +/- 0.5 degrees Celsius (+/- 0.9 degrees Fahrenheit) 4.6 Temperature sensor with calibration capability 4.7 Striking mechanism to impact the test sample when commanded by the user 4.8 Digital timing device with alarm to conduct timing of specimen immersion in the cooling medium 4.9 Tabletop design no larger than 27�W x 27�D x 22�H 4.10 Operate from 110 volts, 60 Hz, maximum 10 amps. 5 Technical Data (CDRL A0001): The vendor shall provide a copy of the manufacturer�s technical data in electronic format that contains the operation instructions and technical characteristics of the machine. 6 Warranty: The items furnished under this contract shall be guaranteed for a period of one (1) year, against defective materials, design, and workmanship. Upon receipt of notice from the Government of failure of any part of the system during the warranty period, that part or parts shall be replaced promptly with new parts at the expense of the vendor. The vendor shall provide installation services for replacement items during the warranty period. The warranty is to begin upon final acceptance by the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dbda3639f6aa4ac693c6449eb3a48337/view)
- Place of Performance
- Address: Texarkana, TX 75501, USA
- Zip Code: 75501
- Country: USA
- Zip Code: 75501
- Record
- SN07481284-F 20250619/250617230054 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |