TEAD - FY25 - Water Jet
ID: W519TC25R2020Type: Combined Synopsis/Solicitation
AwardedJun 4, 2025
$393.8K$393,829
AwardeePHILLIPS CORPORATION Hanover MD 21076 USA
Award #:W519TC-25-C-2020
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Fluid Power Pump and Motor Manufacturing (333996)

PSC

POWER AND HAND PUMPS (4320)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command - Rock Island, is seeking proposals for the procurement of a Water Jet, specifically the OMAX 80X AbrasiveJet with a 30 HP EnduroMax Pump, under solicitation W519TC25R2020. The contract aims to acquire a complete water jet system, including essential components and installation support, to enhance manufacturing capabilities at the Tooele Army Depot in Utah. This procurement is critical for advancing operational efficiency and sustainability within the National Defense sector, adhering to federal green energy standards. Interested small businesses must submit their proposals by April 29, 2025, and can direct inquiries to Rebecca Meeke at rebecca.l.meeke.civ@army.mil or Megan Frost at megan.k.frost2.civ@army.mil.

    Files
    Title
    Posted
    The federal document outlines an RFP for the acquisition of an OMAX 80X AbrasiveJet waterjet machine, managed by Project Manager Daniel Morgan. The request specifies one complete unit, along with various essential components such as a 30 HP EnduroMax Pump, collision detection system, chiller, and multiple spare kits. The unit requires a 440-480VAC 3-Phase power source, and includes a comprehensive package including installation support, training, and warranties. The machine is designed for high efficiency and reliability, offering advanced features such as a programmable motorized Z-Axis and an efficient solids removal system. Moreover, the proposal emphasizes minimizing environmental impact, adhering to federal green energy standards. Rigging and unpacking services are also included, ensuring all components are properly positioned at the Tooele Army Depot in Utah. This RFP not only aims to procure vital manufacturing technology for the National Defense sector but also highlights an investment in workforce training and sustainable practices.
    The document addresses inquiries related to a government Request for Proposal (RFP) concerning a "WaterJet Requirement." It clarifies that proposals must adhere to OMAX specifications or equivalent, rather than solely OMAX. The Project Work Statement (PWS) is final, thus preventing Jet Edge Waterjets from contributing to product descriptions at this stage. Licensing requirements for plumbing and electrical work in Utah are noted, alongside concerns about performance and payment bonds. The contract focuses exclusively on the water jet, its shipping, and setup, implying that contractors may require licensed trades for utility hookups. While photos of the installation area are not confirmed to be available, it is suggested that the TEAD will handle utilities for the water jet installation. The document highlights compliance measures, responsibilities for contractors, and the necessity of licensed professionals for specific tasks as part of the equipment setup process. Overall, it aims to clarify the expectations and specifications related to the RFP for water jet machinery.
    This document is an amendment to a government solicitation related to contract W519TC25R2020, issued by the Army Contracting Command – Rock Island. The amendment primarily serves to extend the proposal submission deadline from April 24, 2025, at 10:00 AM to April 29, 2025, at 10:00 AM. It also includes the incorporation of a revised Product Description dated April 10, 2025, replacing all previous iterations, and attaches responses to government inquiries received. Notably, all other terms and conditions of the original solicitation remain unchanged and in full effect. This amendment reflects standard procedures in the federal contract modification process and ensures participants have updated information pertinent to their bids. The document underscores the importance of timely acknowledgments of amendments to avoid offer rejection, highlighting the procedural rigor characteristic of federal procurement practices.
    The government document details a Request for Proposal (RFP) for the procurement of an OMAX 80X/30V AbrasiveJet water jet system, managed by Daniel Morgan. The proposal emphasizes a complete package, including installation, startup training, and various features such as a Collision Sensing Terrain Follower (CSTF), programmable motorized Z-axis, and a Variable Speed Solids Removal System (VSRS). Key components include an EnduroMax 30 HP pump, a 60,000 BTU chiller, an air and water conditioning kit, and numerous spare parts kits, ensuring efficient operation and maintenance. The system is designed for high energy efficiency and compliance with federal green energy standards. The proposal outlines the rigging and installation procedures, emphasizing the importance of providing utilities upon arrival and immediate training post-setup. It also offers extended warranty options and ongoing training. The document underscores the necessity of 440-480VAC 3-Phase power for operation and establishes clear shipping details to the Tooele Army Depot in Utah. This procurement illustrates the government's commitment to acquiring advanced technology that enhances operational efficiency, safety, and environmental responsibility within military operations.
    This document outlines a Request for Proposal (RFP) for various equipment and services, including an OMAX abrasive jet, laminar filter, and chiller system, among others. It details specific item specifications and quantities needed for procurement, alongside additional services such as freight and rigging. Essential questions regarding warranty coverage for breakdowns, repairs, and preventative maintenance are posed to clarify the terms of the agreement. The total estimated pricing is left blank, indicating that vendors will fill in these details according to their offers. The RFP aims to secure necessary machinery and support for a project likely aimed at enhancing operational capabilities. It emphasizes the importance of both equipment specifications and warranty considerations, reflecting typical requirements in federal and state contracting processes.
    The document presents a shop floor plan for Building 540, which is designated for AED fabrication. The layout features a specific area designated as the shop floor, measuring 16 feet by 24 feet with dimensions clearly illustrated in the plan. This schematic is likely part of a larger project aimed at constructing or renovating facilities for specialized production purposes. As it involves a layout for a fabrication area, it is essential for ensuring efficient workflows and compliance with safety regulations. The document serves as a foundational outline that will guide further development and operational planning within the context of federal or state contracting initiatives, emphasizing the importance of careful design in government-funded projects.
    This document addresses inquiries related to a federal solicitation for WaterJet equipment. Key points include that submissions do not have to strictly adhere to the OMAX brand specifications but should meet equivalent standards. The Performance Work Statement (PWS) is finalized, limiting opportunities for manufacturers like Jet Edge Waterjets to influence product descriptions. Furthermore, there is ongoing collaboration with the technical points of contact (POCs) to explore the feasibility of certain requirements. The document indicates a lack of available photographs of the installation area, which may be relevant for potential vendors assessing installation logistics. Overall, the context suggests a structured procurement process for specialized equipment, highlighting compliance with established criteria and careful consideration of vendor qualifications.
    The document outlines a Request for Quote (RFQ) from the U.S. Army Contracting Command - Rock Island for the procurement of a Water Jet, specifically the OMAX 80X AbrasiveJet with a 30 HP EnduroMax Pump. This solicitation, identified as W519TC25R2020, seeks bids from small businesses and emphasizes a Firm Fixed Price (FFP) contract. The deadline for offers is set for April 23, 2025, and all quotes must be comprehensive, valid for 60 days, and include a completed Pricing Matrix (Attachment 0001). The contract will be awarded to the lowest-priced Quoter conforming to specifications, and offers must be submitted electronically without alterations to the provided matrix. The delivery timeframe is 75 calendar days post-award, and the contract mandates FOB destination shipping. The document includes various clauses and certifications that bidders must comply with, including ethical standards, tax liabilities, and representational requirements related to business size and ownership classifications. This RFQ reflects the government’s commitment to engaging small businesses while ensuring compliance with federal procurement regulations.
    The document outlines Amendment 0002 for solicitation W519TC-25-R-2020, issued by the Army Contracting Command - Rock Island. It serves to amend a prior solicitation by incorporating new attachments and clarifying the description of the Contract Line Item Number (CLIN), which has changed from "OMAX 80X ABRASIVEJET W/30 HP ENDUROMAX P" to simply "Water Jet." The amendment emphasizes that all other existing terms and conditions of the solicitation remain unchanged, maintaining their legal effectiveness. Potential contractors are reminded to acknowledge this amendment in their offer submissions prior to the specified deadline, indicating the importance of compliance for bid acceptance. The narrative details procedural updates while ensuring clarity on contractual obligations and the procurement process relevant for government contracts. This document is integral to maintaining transparency and efficiency in federal procurement practices.
    Lifecycle
    Title
    Type
    TEAD - FY25 - Water Jet
    Currently viewing
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    Pumping Assembly, Water
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is seeking qualified small businesses to provide a Pumping Assembly, Water, under a presolicitation notice. The procurement involves a basic quantity of 18 units of the Water Pumping Assembly (125 GPM), identified by NSN 4320-01-700-3455 and Government Part Number M52109-2-2, with an option for an additional 18 units. This equipment is critical for military operations, adhering to specific military standards (MIL-PRF-52109J) and requiring First Article Test (FAT) compliance. Interested vendors should contact Donald Merkle at donald.merkle@dla.mil or call 586-335-8436 for further details, with the solicitation expected to be posted on SAM in approximately two weeks.
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Wet Blast Cabinet
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Wet Blast Cabinet, which is essential for cleaning and preparing surfaces. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 423510, which pertains to Metal Service Centers and Other Metal Merchant Wholesalers. The Wet Blast Cabinet is a critical piece of metal finishing equipment, classified under PSC code 3426, that plays a vital role in surface preparation processes. Interested vendors can reach out to Johnny Stewart at 571-588-0971 or via email at johnny.stewart2.civ@army.mil for further details regarding the solicitation.
    Pump, Hydraulic; NSN: 4320014322680
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Detroit Arsenal, is soliciting offers for a firm-fixed-price contract for hydraulic pumps, specifically identified by National Stock Number (NSN) 4320-01-432-2680, under a Total Small Business Set-Aside. The procurement requires the delivery of eight hydraulic pumps, adhering to military packaging standards, with inspections and acceptance occurring at the origin. This solicitation emphasizes the importance of compliance with export control regulations, necessitating Joint Certification Program (JCP) certification for access to the Technical Data Package (TDP), which is subject to strict handling protocols for Controlled Unclassified Information (CUI). Interested parties must submit their offers via email to Contract Specialist Heather Mierendorf at heather.r.mierendorf.civ@army.mil, and should regularly check for any amendments to the solicitation, with a review date for the TDP set for July 2, 2025.
    Watervliet Arsenal - Sheet Metal Shear
    Dept Of Defense
    The Department of Defense, specifically the Army's Watervliet Arsenal, is seeking proposals from qualified small businesses to supply a hydraulic sheet metal shear. The procurement involves one unit of a hydraulic shear with a shearing length of 52 inches, requiring a 3-phase 220V, 15HP power supply, with specifications matching Baileigh Industrial Holdings Part BA9-1007087 or an equivalent product. This equipment is crucial for the arsenal's manufacturing operations, emphasizing the importance of quality and timely delivery, as past performance will significantly influence the evaluation process. Interested vendors must submit their quotes electronically and adhere to various compliance requirements, including security policies and reporting obligations, with inquiries directed to Stephanie Webster at stephanie.a.webster8.civ@army.mil or by phone at 518-266-4368.
    Wazer Pro Bundle (No Substitutes)
    Energy, Department Of
    The Department of Energy, through Brookhaven National Laboratory, is seeking quotes for the procurement of a Wazer Pro Bundle, specifically requiring a North America 220V/60Hz model. Vendors are invited to submit a Firm Fixed Price (FFP) quote that includes all costs, such as freight and handling, as part of the total price delivered to the laboratory, with no separate line items for additional fees. This procurement is crucial for supporting the laboratory's analytical capabilities, and interested vendors must ensure they are registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) to be eligible for consideration. Quotes are due by December 18, 2025, and should be directed to Alysha Benincase at abenincas@bnl.gov, with pricing valid for 60 days from submission.
    U.S. Army Contracting Command – Watervliet Arsenal (ACC-WVA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Dept Of Defense
    The U.S. Army Contracting Command – Watervliet Arsenal is soliciting proposals for the Organic Industrial Base (OIB) Modernization through a Commercial Solutions Opening (CSO) aimed at enhancing defense capabilities via innovative commercial items and technologies. This initiative is part of a broader effort to modernize the Army's manufacturing capabilities, focusing on advanced manufacturing, connected digital systems, and cyber security to maintain military advantage as outlined in the 2014 Quadrennial Defense Review. The CSO process is open until September 30, 2024, and invites both traditional and non-traditional contractors to submit proposals that include an executive summary, technology concept, and rough pricing estimates, with evaluations based on technical merit and funding availability. Interested parties can contact Lauren Scripps at lauren.a.scripps.civ@mail.mil for further information.
    PIPE CUTTING TOOL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for a pipe cutting tool under a federal contract. The procurement aims to acquire specialized equipment for gas welding, heat cutting, and metalizing, which is critical for various defense applications. This opportunity is set aside for small businesses, emphasizing the importance of supporting the small business sector in defense contracting. Interested vendors should contact Thomas M. Falcone at 564-230-2219 or via email at THOMAS.M.FALCONE.CIV@US.NAVY.MIL for further details, with proposals expected to adhere to the outlined technical and quality requirements.
    Customized Machine Base for Cannon Manufacturing Process Equipment for the Watervliet Arsenal
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is soliciting bids for a customized machine base designed for cannon manufacturing process equipment. This procurement requires the design, fabrication, installation, and training for a machine base capable of handling large workpieces, with specific dimensions and operational capabilities outlined in the Statement of Work. The machine base is critical for enhancing the manufacturing process of artillery systems, ensuring operational efficiency and precision. Proposals are due by December 16, 2025, and interested parties are encouraged to attend a site visit on December 15, 2025, to gain further insights into the project requirements; RSVP is required. For inquiries, contact Amanda Robinson at amanda.p.robinson2.civ@army.mil or 518-266-4931.
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.