W519TC-25-Q-2246 Ultrasonic Cleaning System
ID: W519TC-25-Q-2246Type: 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 AND ULTRASONIC EROSION MACHINES (3410)

Set Aside

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

    The Department of Defense, through the Army Contracting Command—Rock Island, is soliciting proposals for an Ultrasonic Cleaning System intended for use at the Rock Island Arsenal in Illinois. The procurement aims to acquire a comprehensive system featuring three interconnected tanks—detergent ultrasonic clean, rinse, and final rinse—along with necessary auxiliary equipment, ensuring compliance with stringent safety and operational standards. This initiative is crucial for enhancing the operational capabilities of the facility while adhering to local, state, and federal regulations, including OSHA and NFPA guidelines. Proposals are due by May 28, 2025, at 10:00 AM, and interested parties should contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Rock Island Arsenal is seeking to procure and install a comprehensive Ultrasonic Cleaning System as outlined in the RFP number E4000-25-3-05. The system will consist of three interconnected tanks: a detergent ultrasonic clean tank, a rinse tank, and a final rinse tank, along with necessary auxiliary equipment. The document specifies stringent compliance with numerous safety, electrical, and structural standards, emphasizing adherence to local, state, and federal regulations, including OSHA and NFPA guidelines. Key components must include dimensions and specifications of tanks, media devices, electrical controls, and IT systems required for operation. The RFP highlights the contractor's responsibilities in equipment handling, site preparation, and compliance with security protocols specific to Army installations. Additionally, it outlines the need for comprehensive training for operators and maintenance personnel, scheduled installations, and ongoing service support post-installation. The comprehensive nature of the purchase description ensures robust operational requirements while maintaining safety and efficiency standards, reflecting the government's commitment to maintaining secure and functional facilities. This initiative underlines the government's effort to enhance operational capabilities without compromising on safety or regulatory compliance.
    The document outlines specific contract data requirements for the installation and maintenance of Ultrasonic Cleaning equipment, as per the DD Form 1423-1. The contractor is obligated to provide various documentation, including Installation and Preparation Documentation, Maintenance Manuals, Operator Manuals, and Environmental Compliance Data, to the Rock Island Arsenal. Key components include a detailed list of equipment characteristics, installation drawings, electrical schematics, and safety procedures. The contractor must submit copies of these documents in both electronic and paper formats within designated timeframes, typically 30 to 60 calendar days prior to equipment delivery, or as specified in the contract. Emphasis is placed on providing accurate schematics and documentation to ensure compliance with operational and safety standards. The requirement for Material Safety Data Sheets (MSDS) for hazardous materials highlights the necessity of adherence to environmental regulations. Overall, this document serves to guide contractors in fulfilling contractual obligations while promoting safe and efficient operations of the Ultrasonic Cleaning systems, reflecting the federal government's commitment to rigorous standards in contracting processes.
    The document outlines solicitation W519TC25Q2246 from the Army Contracting Command—Rock Island for an Ultrasonic Cleaning System intended for the Rock Island Arsenal. It states the proposal submission date is set for May 28, 2025, at 10:00 AM, with the contract anticipated to be awarded based on the lowest price for technically acceptable bids. The necessary qualifications include prior experience supplying similar equipment within the last three years and the inclusion of references from previous buyers. Bidders are required to provide a statement of compliance demonstrating how their offerings meet specified requirements, including a one-year warranty on parts and labor. Additional guidance on security and visitor access procedures for the Rock Island Arsenal is provided, emphasizing the importance of compliance with identification standards for entering the facility. This solicitation adheres to FAR guidelines, specifically relating to commercial item acquisitions. The goal of the procurement is to ensure the purchase of a fully functional ultrasonic cleaning system equipped with essential features like multi-tank capabilities and auxiliary systems, with expected delivery ten months after contract award.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    10--BRUSH,CLEANING,SMAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of small cleaning brushes, specifically NSN 1005011212390, with a total quantity of 498 units required for delivery. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of 74 units. These cleaning brushes are essential for maintaining military weapons and equipment, ensuring operational readiness and effectiveness. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's website.
    Synopsis - M334 Decontamination Kit, Individual Equipment
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is preparing to solicit a firm-fixed price, five-year indefinite delivery indefinite quantity contract for the procurement of the M334 Decontamination Kit, Individual Equipment. This procurement aims to secure an estimated total of 1,319,475 units, with a minimum guaranteed quantity of 33,960 units, which are essential for military decontamination operations. The solicitation, identified as W912CH-25-R-0078, is expected to be released within the next two months, and interested parties are encouraged to monitor SAM.gov for updates and amendments. For inquiries, potential bidders can contact Contract Specialist Danielle Campbell at danielle.r.campbell9.civ@army.mil.
    Agricultural Wash of Military Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide agricultural wash services for military equipment in support of the 1st Brigade Combat Team, 101st Airborne Division (Air Assault) as they prepare for deployment to the United States European Command area of responsibility. This procurement involves a firm-fixed-price purchase order utilizing Fiscal Year 2023 Operations and Maintenance, Army (OMA) funds, highlighting the importance of maintaining equipment hygiene and compliance with environmental standards during military operations. Interested parties can reach out to Angela Piekielko at angela.c.piekielko.civ@army.mil or by phone at 270-461-1012, or Ray Neblett at james.r.neblett2.civ@army.mil or 270-412-9834 for further details regarding this opportunity.
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.
    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.
    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.
    Microbial Identification System (MIS)
    Dept Of Defense
    The Department of Defense, through the United States Army Health Contracting Activity, is seeking information regarding a commercial solution for a Microbial Identification System (MIS) to enhance its MicroScan autoSCAN-4 System. The objective is to procure a system that meets the Critical Operational Device Specifications (CODS), which include operational characteristics, support for specific testing panels, and compatibility with a LabPro computer running Windows 11. This procurement is crucial for ensuring reliable laboratory systems in medical environments, particularly in austere settings. Interested vendors must submit their responses by 4:00 PM Central Time on April 3, 2025, to Linda McGhee at linda.a.mcghee.civ@health.mil, and are encouraged to provide detailed information about their capabilities and products as outlined in the RFI documents.
    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.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.