Cooling Towers at RIA-JMTC
ID: W519TC25Q2175Type: Solicitation
Overview

Buyer

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

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

FOUNDRY MACHINERY, RELATED EQUIPMENT AND SUPPLIES (3680)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command, is soliciting proposals for the procurement and installation of two new cooling towers at the Rock Island Arsenal - Joint Manufacturing and Technology Center (RIA-JMTC) in Illinois. The project aims to replace existing cooling systems that provide chilled water essential for operations, specifically for the Arc Furnaces in Building 212, ensuring compliance with national safety regulations and operational efficiency. Interested contractors must adhere to strict safety protocols, including mandatory personal protective equipment and background checks, and are required to submit their proposals by April 22, 2025, following a site visit scheduled for March 19, 2025. For further inquiries, potential bidders can contact John Jacobsen at john.e.jacobsen16.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Rock Island Arsenal is seeking proposals for the replacement and installation of two cooling towers, essential for providing chilled water to the Arc Furnaces in Building 212. The purchasing document outlines the general system description, design standards, and compliance with national safety regulations. The new cooling towers need to be constructed of 304 stainless steel, with specific dimensions, capacities, and operational features like variable fan speeds and reverse flow switches. The contractor is responsible for delivery, installation, and ongoing service support, including training for proper operation and maintenance. The document emphasizes security protocols, such as background checks and anti-terrorism training for contractors accessing the site. Adherence to strict safety guidelines, ensuring compatibility with existing structures, and compliance with environmental regulations are also highlighted. This initiative reflects the Army's commitment to maintaining operational efficiency and safety within the facility while aligning with federal standards for government contracts.
    The document outlines the data item requirements for the contract related to the installation and maintenance of Cooling Towers, reference no. 25-2-18. It specifies the contractor's obligations to provide installation and preparation documentation, including electronic and paper copies of installation manuals, tool lists, schematic drawings, and safety procedures. The requirements emphasize the need for detailed submissions 30 to 60 days prior to equipment delivery, using formats like PDF, Word, and Excel. Key components include a safety lockout procedure, preventive maintenance guidelines, operator manuals, and environmental compliance documents, such as Safety Data Sheets and chemical usage lists. Distribution of these documents is directed to Rock Island Arsenal, ensuring adherence to federal compliance and facilitating efficient operations. This structure supports transparency and accountability in the contracting process aligned with government RFP protocols, highlighting the systematic approach to maintaining safety, compliance, and operational efficiency.
    The RIA-JMTC (Rock Island Arsenal-Joint Manufacturing and Technology Center) file outlines essential safety protocols and operational security measures for visitors during factory tours. It emphasizes the requirement for approval from security personnel before any media is recorded and highlights the importance of situational awareness due to limited visibility in areas with moving fork trucks. Comprehensive safety measures are detailed, including the mandatory use of personal protective equipment (PPE) such as safety shoes, hearing protection, and safety glasses. Visitors must adhere to emergency procedures and report any incidents or unsafe conditions. The document also covers safe practices in welding areas, the presence of overhead cranes, and electric cart etiquette. Additionally, visitors sign a safety card acknowledging receipt of the safety briefing, which will be retained until the conclusion of their visit. Overall, the file ensures a commitment to safety for all individuals within the RIA-JMTC environment and reflects the organization's dedication to maintaining a secure operational setting amid complex manufacturing activities.
    The document is an amendment to a federal solicitation, specifically Amendment 0001 for contract W519TC25Q2175. The primary purposes of this amendment are to re-open the solicitation for quotes, setting a new closing date of April 22, 2025, and to remove the previous 100% small business set-aside status, changing it to no preference or not listed. This alteration necessitates adjustments to various provisions and clauses associated with the contract. The amendment also specifies compliance with multiple Federal Acquisition Regulation (FAR) clauses, which enforce legal and executive order requirements for commercial products and services. It reiterates that all other terms and conditions of the original solicitation remain unchanged, emphasizing the importance of acknowledging this amendment for offers to be considered valid. This document serves as a crucial update for potential contractors, ensuring clarity and adherence to revised solicitation terms amid the federal contracting process.
    This document outlines solicitation W519TC25Q2175 issued by the Army Contracting Command – Rock Island for the procurement of two new cooling tower units essential for operations at the Rock Island Arsenal's Joint Manufacturing and Technology Center. The solicitation adheres to FAR guidelines for the acquisition of commercial items, establishing a single Firm Fixed Price (FFP) contract using a Lowest Price Technically Acceptable (LPTA) evaluation method. Offerors must submit proposals addressing technical requirements, experience, compliance, and pricing, ensuring all proposals meet specific technical subfactors deemed acceptable for further evaluation. A site visit is scheduled for 19 March 2025 to allow bidders to assess project needs. Additionally, proposals must incorporate clauses addressing telecommunications and equipment compliance, along with provisions for purchase terms. The government aims to award the contract to the vendor that offers the best value based on the lowest acceptable price. On-time delivery and adherence to safety regulations are crucial following contract award, with strict penalties for noncompliance. This solicitation exemplifies the government’s structured approach to procure essential services while ensuring competition and regulatory compliance.
    The document outlines solicitation W519TC25Q2175 issued by the Army Contracting Command for the procurement of two new cooling tower units at the Rock Island Arsenal. It includes key information such as an offer due date of April 22, 2025, and emphasizes a Lowest Price Technically Acceptable (LPTA) evaluation method for selecting vendors. The solicitation has been amended to remove prior small business set-asides, allowing for a broader range of bidders. Key evaluation criteria focus on technical factors, including experience and compliance with specifications, as well as price, with a firm fixed price being required. A site visit for potential bidders is scheduled to enhance understanding of project requirements. Contractors must maintain strict compliance with delivery schedules and quality standards, as failure to meet these could lead to penalties or contract termination. Additionally, the document specifies clauses and representations about telecommunications equipment and business classifications relevant for vendors. This solicitation highlights the government's commitment to acquiring suitable equipment while ensuring fair and competitive bidding practices in alignment with federal acquisition regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Cornerstone Initiative CS-26-1501: Quad Cities Cartridge Case Facility (QCCCF)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Combat Capabilities Development Command – Chemical Biological Center (DEVCOM CBC), is initiating a procurement opportunity for the operation and maintenance of the Quad Cities Cartridge Case Facility (QCCCF) located in Rock Island, Illinois. The selected contractor will be responsible for all aspects of facility operation, including maintenance, safety, and security, while also proposing innovative work to meet both Department of Defense and commercial needs. This initiative is part of the Cornerstone Other Transaction Agreement (OTA), aimed at strengthening the U.S. Manufacturing and Defense Industrial Base, and is restricted to members of the Cornerstone Consortium. Interested entities must have an active registration in SAM.gov and a signed Cornerstone Consortium Management Agreement to be eligible for proposal submission. For further inquiries, interested parties can contact the Cornerstone Team via email at usarmy.ria.devcom-cbc.mbx.cornerstone-ota@army.mil.
    Operation of the Quad City Cartridge Case Facility (QCCCF)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the operation of the Quad City Cartridge Case Facility (QCCCF) in Rock Island, Illinois, for Government Fiscal Year 2026. The objective is to develop and manufacture fixed-price prototype capabilities that enhance workload and revenue while maintaining the critical defense industrial base for producing steel and brass cartridge cases at a minimum rate of 3,000 units per month. This initiative is vital for sustaining the U.S. organic industrial base and ensuring the availability of essential ammunition components. Interested parties must submit white papers by January 8, 2026, with further details available from primary contact Mallory Schmitt at mallory.d.schmitt.civ@army.mil.
    AJAX Induction Furnace
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Rock Island (ACC-RI), is seeking a sole-source procurement from AJAX TOCCO Magnethermic Corporation for the acquisition of 35kW TOCCOtron AC power supply systems and control upgrade components for existing induction equipment at the Rock Island Arsenal - Joint Manufacturing and Technology Center (RIA-JMTC). This contract, justified under 41 U.S.C. 1901 and FAR 13.501(a)(1)(ii), aims to refurbish and upgrade proprietary AJAX TOCCO induction heating skids, with AJAX TOCCO being the original equipment manufacturer and the only authorized provider with exclusive rights to the necessary technical data. The procurement process will ensure fair pricing through independent government estimates and market research, with the Contracting Officer certifying the justification's accuracy. Interested parties can contact Meredith Sharlene Blocker at meredith.s.blocker.civ@army.mil for further information.
    41--COOLER UNIT,AIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of two air cooler units. The contract requires the manufacturing of these units in accordance with specified design and quality assurance standards, emphasizing the importance of compliance with military specifications and traceability of parts. These air cooler units are critical for maintaining operational efficiency in various defense applications. Interested vendors must submit their proposals by January 9, 2026, and are encouraged to provide accelerated delivery options. For further inquiries, potential bidders can contact Kristina L. Alexander via email at KRISTINA.L.ALEXANDER5.CIV@US.NAVY.MIL.
    44--TOWER ASSEMBLY,DESI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a Tower Assembly, specifically NSN 4440012134499. The requirement includes a quantity of one unit to be delivered to DLA Distribution Puget Sound within 143 days after order placement. This equipment is crucial for air-conditioning and warm air heating applications, highlighting its importance in maintaining operational efficiency in military facilities. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to DibbsBSM@dla.mil.
    Two Chiller Replacement Project
    Justice, Department Of
    The Department of Justice, Drug Enforcement Administration (DEA) is seeking qualified contractors for the Two Chiller Replacement Project at the DEA Training Academy in Quantico, Virginia. The project involves replacing two aging 275-ton Trane chillers with new 300-ton Trane ACR 300T Series C R513A chillers and associated chilled water pumps to enhance energy efficiency and comply with environmental regulations. This procurement is critical for maintaining the operational integrity of the facility's climate control systems, ensuring a safe and effective training environment. Interested contractors must submit their proposals electronically by email to the designated contacts, Alycia Stevenson and Andrew Craig, and must be registered in the System for Award Management (SAM) at the time of submission. The project completion timeline is set for 12 weeks post-award, and all proposals must adhere to the specified requirements outlined in the solicitation.
    183 CES Repair Server HVAC and Electric
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors to provide HVAC and electrical repair services for Building 48 in Springfield, Illinois. The project aims to address deficiencies in the communication infrastructure by improving electrical power and installing necessary HVAC systems in the server rooms, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside for small businesses, has an estimated value between $25,000 and $100,000, with a duration of 59 days post-notice to proceed. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or Amanda Brenizer at Amanda.Brenizer@us.af.mil for inquiries, and must register in SAM to access the solicitation, which is expected to be issued in late June 2025.
    COOLER UNIT,AIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of an Air Cooler Unit. The procurement aims to secure a reliable repair service that meets the operational and functional requirements outlined in the solicitation, with a focus on a Repair Turnaround Time (RTAT) of 120 days. This equipment is critical for maintaining operational efficiency within naval operations, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes, including pricing and RTAT, by close of business on January 5, 2026, and can direct inquiries to Joseph Weaver at joseph.d.weaver22.civ@us.navy.mil or by phone at (717) 605-1884.
    RFP - Construction Services for MI-8 Test Stand HVAC
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (FNAL), is soliciting proposals for construction services related to the MI-8 Test Stand HVAC project in Batavia, Illinois. The project aims to install a new HVAC system to enhance cooling capabilities for future experiments, requiring comprehensive construction services including installation of a rooftop unit, ductwork, and electrical work, along with necessary management and coordination of subcontractors. This opportunity is set aside for small businesses under NAICS code 238220, with a total project duration of 231 calendar days and adherence to specific safety and quality standards mandated by federal regulations. Interested parties must attend a pre-proposal meeting on December 3, 2025, and submit proposals by December 23, 2025, with all inquiries directed to Gina M. Kern at ginakern@fnal.gov.
    NDT Modernization
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.