Accumulator, Replenisher System
ID: W519TC-26-Q-A013Type: Solicitation
Overview

Buyer

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

NAICS

Machine Shops (332710)

PSC

MISCELLANEOUS VEHICULAR COMPONENTS (2590)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command - Rock Island (ACC-RI), is seeking quotes for the procurement of Accumulator Replenisher Systems, with a firm-fixed-price contract to be awarded to the lowest-priced, responsive, and responsible vendor. This solicitation is a brand name buy restricted to Parker Hannifin and requires compliance with various federal regulations, including electronic invoicing via Wide Area Workflow (WAWF) and a Certificate of Conformance. The Accumulator Replenisher Systems are critical components for military operations, ensuring the efficient replenishment of accumulators used in various applications. Quotes are due by 6 PM CST on December 9, 2025, and interested vendors should contact Andrew Owens at andrew.m.owens16.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal government Request for Quote (RFQ) for the procurement of Accumulator Replenisher Systems for the Army Contracting Command – Rock Island (ACC-RI). This is a 100% Small Business Set-Aside under NAICS 332710, with a firm-fixed-price contract awarded to the lowest-priced, responsive, and responsible contractor. The solicitation is restricted to Parker Hannifin as a brand-name buy. Key requirements include a delivery date of December 18, 2025, electronic invoicing via Wide Area WorkFlow (WAWF), and compliance with specific FAR and DFARS clauses, including those related to item unique identification and cybersecurity. The document also details stringent security, safety, and access protocols for the Rock Island Arsenal, emphasizing strict adherence to delivery schedules and visitor regulations.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) to supply Accumulator Replenisher Systems to the Army Contracting Command - Rock Island (ACC-RI). This is a firm-fixed-price contract under NAICS 332710, restricted to Parker Hannifin as a brand name buy. The solicitation closes on December 9th at 6 PM CST. Key requirements include on-time delivery, electronic invoicing via Wide Area WorkFlow (WAWF), and compliance with various FAR and DFARS clauses, including those related to unique item identification and payment instructions. The document also details specific safety, security, and access requirements for Rock Island Arsenal, emphasizing strict adherence to installation policies for all contractors and visitors.
    This document is an amendment to solicitation W519TC26QA0130001 for an Accumulator, Replenisher System for the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The solicitation is now full and open competition under NAICS 332710 and is a brand name buy restricted to Parker Hannifin. Key changes include an extension of the response due date to December 9, 2025, at 6 PM CST. The document details requirements for offer acknowledgement, contract modifications, accounting data, and contractor responsibilities regarding delivery, invoicing via Wide Area Workflow (WAWF), and compliance with various federal regulations including FAR 52.223-22 on Greenhouse Gas Emissions. It also outlines specific QA requirements (Certificate of Conformance), visitor access procedures for Rock Island Arsenal, receiving hours, shipping instructions, and critical safety, security, fire prevention, photographic equipment, and concealed carry restrictions for all personnel on Arsenal Island.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    ACCUMULATOR, PNEUMAT
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a sole-source Request for Quotation (RFQ) for the repair of six Pneumat Accumulator units, specifically identified by NSN: 7RH2530014183271 and PN: B40721-3. This procurement is necessitated by the unique design capabilities and proprietary data associated with the manufacturer, ECI Defense Group Inc., which requires engineering source approval. The solicitation is anticipated to be released on December 16, 2025, with a closing date set for January 15, 2026, and interested parties are encouraged to submit their capability statements to Jake Kucowski at jake.kucowski.civ@us.navy.mil within 15 days of the synopsis publication. UID requirements and Buy American Clauses will apply to this procurement.
    ACCUMULATOR, HYDRAULIC
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking ACCUMULATOR, HYDRAULIC for DLA AVIATION. This item is typically used for aircraft hydraulic, vacuum, and de-icing system components. The procurement requires a quantity of 348 units and will be a DLA direct buy. The fulfillment requirement is origin inspection and FOB Origin to Stock Location. The requested delivery is 515 days or sooner. Electronic offers are acceptable, and vendors must submit a completed solicitation package. The solicitation will be available via the DIBBS website. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one or a limited number of sources. The solicitation issue date is around February 19, 2024.
    10--KIT,DEPOT OVERHAUL-HYD
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a depot overhaul kit (NSN 1005010988122) for hydraulic systems, with an estimated quantity of 24 units. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with a guaranteed minimum of three units and an expected six orders per year. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role in maintaining military readiness. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    COMPRESSOR,MARC350A
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of the COMPRESSOR, MARC350A, through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to secure a reliable repair service with a required turnaround time of 90 days, emphasizing the importance of timely and efficient repair for operational readiness. This solicitation is part of an emergency acquisition initiative, and interested contractors must submit their quotations by December 15, 2025, while adhering to specific requirements outlined in the solicitation, including pricing and repair turnaround details. For further inquiries, potential bidders can contact Valentino P. Arena at 717-605-2498 or via email at valentino.p.arena.civ@us.navy.mil.
    17--ROPE ACCUMULATOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting bids for the procurement of a Rope Accumulator, classified under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The contract requires compliance with stringent quality assurance standards, including First Article Testing and adherence to various military specifications, as the item is critical for shipboard systems that enable aircraft launch and recovery. Interested vendors must ensure they meet the necessary qualifications and submit their proposals, with inquiries directed to Thomas Kuhnle at 215-737-4024 or via email at THOMAS.KUHNLE@DLA.MIL. The solicitation is currently open, and further details regarding submission deadlines and evaluation criteria will be provided in the official solicitation documents.
    Pump, Hydraulic; NSN: 4320014322680
    Buyer not available
    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.
    BLADDER,HYDR ACCUMU
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of a bladder hydraulic accumulator under the NAVSUP Weapon Systems Support Mechanical office. This procurement is set aside for small businesses and falls under the NAICS code 336415, which pertains to guided missile and space vehicle propulsion unit manufacturing. The bladder is critical for military applications, ensuring the reliability and performance of missile systems. Interested vendors should contact Joshua D. Martin at 717-605-4356 or via email at joshua.d.martin76.civ@us.navy.mil for further details, with proposals expected to adhere to strict quality assurance and inspection requirements as outlined in the solicitation.
    PUMP,CENTRIFUGAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of centrifugal pumps under a federal contract. The procurement aims to ensure the operational readiness of these pumps, which are critical for various military applications, by establishing a Repair Turnaround Time (RTAT) of 371 days. This solicitation is issued under Emergency Acquisition Flexibilities, encouraging accelerated delivery, and requires Government Source Inspection for all repairs. Interested contractors must submit their quotes, including pricing and capacity constraints, by December 12, 2025, and can direct inquiries to Valentino P. Arena at 717-605-2498 or via email at VALENTINO.P.ARENA.CIV@US.NAVY.MIL.
    LIQUFIER MODULE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the Liquifier Module. The procurement aims to secure a Repair Turnaround Time (RTAT) of 91 days for the module, which is critical for measuring liquid and gas flow, as well as liquid level and mechanical motion. This solicitation is part of an emergency acquisition effort, emphasizing the importance of timely repairs to maintain operational readiness. Interested contractors should submit their quotes, including unit price, total price, and RTAT, to Alison E. Harper at ALISON.E.HARPER.CIV@US.NAVY.MIL or by phone at 771-229-0456, with further details outlined in the solicitation documents.
    VALVE,REHEATER DIV,
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of the Reheater Division Valve, a critical component in engine fuel systems. The procurement aims to ensure that these valves are restored to a Ready for Issue (RFI) condition, meeting stringent quality and inspection standards as outlined in the Statement of Work. This opportunity is vital for maintaining operational readiness and reliability of military vehicles, emphasizing the importance of high-quality repairs and adherence to specified timelines. Interested contractors must submit their quotes via email to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by December 15, 2025, with a quantity increase from 2 to 5 units noted in the solicitation.