NG SEW Electrical Components - new information
ID: W519TC25Q2076Type: Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

ELECTRICAL HARDWARE AND SUPPLIES (5975)

Set Aside

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

    The Department of Defense, specifically the Army Contracting Command at Rock Island, is soliciting proposals for the procurement of electrical components required for the Next Generation Shop Equipment Welding (NG SEW) system. Contractors are expected to deliver a comprehensive list of electrical components, ensuring adherence to quality control measures, including inspections and certificates of conformance, while also meeting packaging and corrosion protection standards. This procurement is critical for enhancing the Army's welding and cutting capabilities, supporting military operations with high-quality electrical supplies. Interested small businesses must submit their proposals by April 29, 2025, and can direct inquiries to Heather Petersen at heather.j.petersen.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the pricing structure and ordering periods for a government Request for Proposal (RFP). It specifies a series of quantity ranges for products, with corresponding price per kit, weight, and discounts based on order size. The pricing is divided into five distinct ordering periods, with details indicating the required submission of prices in designated blue-shaded sections. The Total Evaluated Price is computed by calculating the weighted average based on order quantity and pricing, highlighting the offeror’s responsibility to provide accurate pricing for effective evaluation. The document emphasizes clarity in pricing submissions to facilitate fair comparison among bidders and ensure compliance with governmental procurement standards. Overall, the file serves as a framework for bidders on how to structure their offers within the governmental soliciting process, aiming for transparency and precise evaluation of proposals submitted in response to the RFP.
    The NG SEW Electrical Components Scope of Work (SOW) outlines the requirements for delivering electrical components for the Next Generation Shop Equipment Welding (NG SEW) system at the Joint Manufacturing Technology Center. The system enhances the Army's welding and cutting capabilities. Contractors must provide a complete parts list and establish quality control measures, including inspections and certificates of conformance for all materials. Proper packaging and marking of items are specified to ensure protection during shipment, including requirements for cleanliness and preservation against corrosion. Warranty conditions stipulate that all components must be new and unused, aligning with original equipment manufacturer (OEM) standards. Additionally, provisions for configuration management are detailed, allowing for engineering change proposals when materials are obsolete. The document serves as a comprehensive guide for contractors involved in delivering critical electrical components to support military operations, ensuring adherence to quality and regulatory standards throughout the process.
    The document outlines a comprehensive list of electrical components and supplies required for a government procurement project. Each item is identified by a unique component number, description, quantity, and unit of measure. Key items include various types of electrical breakers, connectors, receptacles, grommets, insulation sleeving, and circuit components. Specific quantities for items such as 20 AMP FEMALE RECEPTACLE, 3 PHASE BREAKER configurations, and multiple types of cord grips are detailed, indicating their relevance to the intended application. The structure of the file consists of a tabulated presentation of components, making it easy to reference the quantity needed per kit. This document is likely related to federal or state contracts that facilitate the acquisition of essential electrical equipment for projects requiring compliance with safety standards and operational efficiency, thereby supporting government operations and infrastructure development.
    The Army Contracting Command - Rock Island issued Solicitation W519TC-25-Q-2076 for the procurement of electrical components required for the Next Generation Shop Equipment Welding at Rock Island Arsenal. This solicitation follows Federal Acquisition Regulations and emphasizes a Lowest Price Technically Acceptable evaluation approach for award determination. It is set aside for small businesses, intending to award a single Firm Fixed Price, 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with specific ordering periods outlined. Offerors must register in the System for Award Management (SAM) and are required to provide complete quotes including technical capabilities, pricing, and compliance with all solicitation specifications. The contract stipulates stringent delivery requirements and communication protocols for potential delays. Payment will be processed electronically via Wide Area Workflow upon verification of invoices. Safety, security, and participation regulations for contractors at the Rock Island Arsenal are clearly outlined. The solicitation aims to ensure the delivery of high-quality, compliant electrical components while adhering to stringent government procurement protocols.
    The document presents Amendment 0001 to a solicitation from the Army Contracting Command, which modifies the original closing date for proposals. The primary purpose of this amendment is to extend the submission deadline from April 15, 2025, at 10:00 AM CT to April 29, 2025, at 10:00 AM CT, while indicating that all other terms and conditions of the original solicitation remain unchanged. The amendment must be acknowledged by contractors through specified methods to ensure compliance. This document follows the standard format and regulatory requirements set forth by federal procurement regulations, indicating procedural changes relevant for vendors looking to participate in government contracts. Ensuring timely acknowledgment is critical, as failure to do so may result in proposal rejection. The amendment reflects typical procedural adjustments in government solicitations amid the solicitation process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Panel, Control, Electrical
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking proposals for the procurement of an Electrical Control Panel (NSN: 5895-01-713-9944, Mfr Part Number: 12582006). The solicitation, identified as SPRDL1-26-Q-0006, requires offers for an initial quantity of five units, with an option for an additional five units, to be delivered within 365 days after award. This equipment is critical for various defense applications, and the procurement is set aside for small businesses, emphasizing compliance with specific military standards and export control regulations. Interested parties must submit their proposals electronically by January 6, 2026, and can contact Sabrina Krafft at sabrina.krafft@dla.mil or 586-467-1177 for further information.
    ELECTRODE,WELDING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of welding electrodes, classified under NAICS code 333992. The procurement aims to acquire specialized welding materials that are critical for shipboard systems, where the use of incorrect or defective materials could lead to severe safety risks, including personnel injury or loss of vital shipboard systems. Interested vendors must adhere to stringent quality assurance requirements and provide certifications for compliance with military specifications, with a delivery timeline of 365 days post-contract award. For further inquiries, potential bidders can contact Benjamin Spangler at 771-229-0573 or via email at benjamin.t.spangler.civ@us.navy.mil.
    Power Distribution Box Assembly
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of seven Power Distribution Box Assemblies (NSN: 6110-01-608-7660, Part No.: 17-3-3470-2) under a Firm Fixed Price contract. This opportunity is set aside for small businesses and requires compliance with specific military packaging and preservation standards, as well as possession of a Joint Certification Program (JCP) certification to access the Technical Data Package (TDP), which is export-controlled. The assemblies are critical for electrical control applications within military operations, and proposals must be submitted electronically by December 18, 2025, with all inquiries directed to the designated contract specialists, George Campbell and Catherine Castonguay, via their provided email addresses.
    SELECTOR CONTROL SUBASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the Selector Control Subassembly, which is integral to the ventilation and filtration systems of the Howitzer family of vehicles. This procurement involves a Firm Fixed Price supply contract for a total of 225 units over five years, with a guaranteed minimum of 3 units in the first year, and requires compliance with specific technical data packages controlled by HDT Expeditionary Systems. Interested contractors must submit their proposals by December 15, 2025, and are encouraged to contact David Edwards at david.edwards@dla.mil for further details regarding the solicitation and submission process.
    Welding and Soldering Supplies
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to provide welding and soldering supplies through a Blanket Purchase Agreement (BPA). This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, which are critical for naval operations. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    EXTENSION ASSEMBLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of an Extension Assembly, classified under the NAICS code 335931 for Current-Carrying Wiring Device Manufacturing. The contract will involve the supply of specialized materials essential for a critical shipboard system, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of the ship. Interested vendors should note that this opportunity is set aside for small businesses, and proposals must be submitted by the specified deadline, with all inquiries directed to Benjamin Spangler at benjamin.spangler@navy.mil or by phone at 771-229-0573.
    Cable Assembly, SPEC
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is soliciting proposals for a Firm Fixed Price contract to procure 10 units of Cable Assembly, SPEC (NSN: 6150-01-605-2266, Part Number: 13646597). This solicitation has transitioned from a 100% Small Business Set-Aside to a Full and Open competition, reflecting the importance of these cable assemblies in supporting military operations and equipment. Contractors are required to adhere to stringent quality standards, including compliance with ANSI/J-STD-001 Class 3 for soldering and the implementation of a Lead Free Control Plan, among other provisions outlined in the attached documents. Proposals must be submitted electronically by January 5, 2026, to Tamela Riggs-Holman at tamela.d.riggs-holman.civ@army.mil, with the solicitation documents available for review to ensure compliance with all requirements.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of power supply units under a federal contract. The procurement aims to ensure the operational readiness of electrical converters, classified under the PSC code 6130, which are critical for various defense applications. Interested contractors must adhere to strict requirements, including a Repair Turnaround Time (RTAT) of 342 days and compliance with MIL-STD packaging and inspection standards. Proposals are due by February 2, 2026, and interested parties should direct inquiries to Kate Heidelberger at 717-605-5238 or via email at KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of power supply units, specifically categorized under the NAICS code 335931 for Current-Carrying Wiring Device Manufacturing. The contract will require compliance with various inspection and acceptance standards, including fixed-price terms and specific quality assurance measures, as the items are intended for use in critical defense applications. This procurement is particularly significant as it supports national defense and emergency preparedness efforts, emphasizing the need for reliable electrical converters. Interested vendors should direct inquiries to Austin Shatto at AUSTIN.SHATTO@DLA.MIL and ensure they meet the requirements for small business set-asides, with proposals due by the specified deadline.
    CHASSIS,ELECTRICAL-
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of electrical chassis components. This contract requires the manufacture and supply of specific electrical hardware, adhering to stringent quality assurance and inspection standards, particularly for use in military applications. The goods are critical for maintaining operational readiness and safety in defense systems, emphasizing the importance of compliance with military specifications. Interested vendors should direct inquiries to Jeremy Crow at jeremy.crow@dla.mil, and are advised to register for notifications and access to contract documents through the Procurement Integrated Enterprise Environment (PIEE) website.