Hydraulic Supplies and Hardware
ID: W519TC-26-Q-A038Type: Solicitation
Overview

Buyer

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

NAICS

Fluid Power Valve and Hose Fitting Manufacturing (332912)

PSC

MISCELLANEOUS VEHICULAR COMPONENTS (2590)

Set Aside

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

    The Department of Defense, specifically the Army Contracting Command – Rock Island (ACC-RI), is seeking qualified vendors to provide hydraulic supplies and hardware for the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The procurement includes various hydraulic pump supply tubes, pressure tubes, hoses, and bulkhead locknuts, with a firm-fixed-price contract awarded to the lowest-priced, responsive, and responsible contractor. These hydraulic components are critical for maintaining and enhancing the operational capabilities of military equipment. Quotes are due by 6 PM CST on December 12, 2025, and must include shipping to Rock Island Arsenal, IL, with payment processed via Wide Area Workflow (WAWF). Interested parties can 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 grant or RFP, likely focused on infrastructure or facility upgrades. It details requirements for improving mechanical, plumbing, and fire suppression systems, ensuring compliance with VA standards and local regulations. Key aspects include assessments of existing conditions, demolition, installation of new equipment, and coordination among various trades. The project emphasizes enhancing sprinkler systems, ductwork, piping, and mechanical equipment, with a focus on maintenance accessibility and strict adherence to guidelines. Safety measures, such as infection control and fire watches, are mandatory. The document underscores the importance of detailed planning for all systems, reflecting a commitment to modernizing facilities while prioritizing safety and compliance.
    The document appears to be a highly obfuscated or corrupted government file, possibly part of a federal RFP, federal grant, or state/local RFP. Due to extensive character corruption, it is impossible to extract any meaningful information regarding its main topic, key ideas, or supporting details. The content consists almost entirely of unreadable characters, making summarization or analysis unfeasible. Therefore, no summary can be provided as the file's essence and purpose remain indecipherable.
    The provided government file is entirely corrupted with unreadable characters, rendering it impossible to extract any discernible information or identify its purpose. The pervasive presence of
    The document outlines a comprehensive project for enhancing various systems within a facility, likely a government or public building. The project focuses on upgrades to mechanical, plumbing, electrical, and fire suppression systems, emphasizing adherence to relevant standards and regulations. Key aspects include assessing existing conditions, demolishing old infrastructure, and installing new, modern equipment. The plan also details integration of new systems with existing ones, ensuring maintenance accessibility, and coordinating with different trades. The project prioritizes safety, mandating strict compliance with safety measures, including infection control and fire watch protocols. This initiative aims to modernize the facility's infrastructure, ensuring improved functionality, safety, and compliance with updated guidelines.
    The document is largely unreadable, consisting primarily of garbled characters. Due to this severe corruption, it is impossible to identify the main topic, key ideas, or any supporting details, preventing a meaningful summary of its content. The file's unreadability makes it impossible to determine its purpose within the context of government RFPs, federal grants, or state/local RFPs.
    The provided document, likely part of a government RFP or grant, contains highly garbled and unreadable text. Due to the severe corruption of the file, it is impossible to identify the main topic, key ideas, supporting details, or the document's structure. Therefore, a comprehensive and accurate summary cannot be generated from the given content.
    This government solicitation from Army Contracting Command – Rock Island (ACC-RI) is a 100% Small Business Set Aside under NAICS 332912 for the procurement of Hydraulic Supplies and Hardware for the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The solicitation outlines a requirement for various hydraulic pump supply tubes, pressure tubes, hoses, and bulkhead locknuts with specific quantities and manufacturer part numbers. The contract will be a firm-fixed-price award to the lowest-priced, responsive, and responsible contractor. Key terms include a closing date of December 12, 2025, at 6 PM CST, strict adherence to delivery schedules by January 30, 2026, and electronic invoicing via Wide Area Workflow (WAWF). The document also details specific requirements for contractor conduct, including compliance with FAR clauses, visitor access procedures for Rock Island Arsenal, safety regulations, security measures, photographic equipment restrictions, and a strict prohibition on concealed carry weapons.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Accumulator, Replenisher System
    Buyer not available
    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.
    Pipe Fittings
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Rock Island, is seeking proposals from qualified small businesses for the procurement of pipe fittings to support operations at the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The solicitation, designated W519TC-26-Q-A021, requires the supply of various brass pipe fittings and high-pressure hose assemblies for Argon, Acetylene, and Oxygen gases, with specific quantities outlined in the solicitation documents. This procurement is critical for ensuring the operational readiness and efficiency of the Arsenal's manufacturing capabilities. Interested contractors must submit their quotes by 6 PM CST on December 12, 2025, with a required delivery date of January 30, 2026, and are encouraged to contact Andrew Owens or John Jacobsen for further inquiries.
    W519TC-26-Q-A032 Bent Tube Solicitation
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Rock Island (ACC-RI), is soliciting bids for the procurement of 110 Tube Bent Metallic units for the Rock Island Arsenal – Joint Manufacturing and Technology Center (RIA-JMTC). This opportunity is a Firm Fixed Price (FFP) contract, which will be awarded to the lowest-priced, responsive, and responsible contractor, with key requirements including a First Article Test (FAT) to be completed within 90 days of award and subsequent deliveries expected 30 days after FAT acceptance. The goods are critical for military applications, emphasizing the importance of timely delivery and compliance with various FAR and DFARS clauses. Interested parties should submit their quotes, valid for 60 days, and can contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL for further details.
    Hexagon Metrology Inspection Arm
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Rock Island, is soliciting quotes for the procurement of a Hexagon Metrology Inspection Arm to support operations at the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The contract will involve the purchase of a Hexagon 83 series v3, 6-Axis Absolute inspection arm system, which is critical for precision measurement and quality assurance in manufacturing processes. This acquisition is intended to enhance the capabilities of the facility, ensuring compliance with federal and local regulations while maintaining high standards of safety and security. Quotes are due by December 9, 2025, at 10:00 AM Central time, and interested parties can contact Brandy Huesmann at brandy.m.huesmann.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further information.
    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.
    MWMSS VMI - Sources Sought Only
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Rock Island, is conducting a sources sought notice to identify potential vendors for the delivery of a Metal Working Machine Shop Set (MWMSS) Vendor Managed Inventory (VMI) for 600-800 parts, including fasteners and hydraulic and pneumatic items. The procurement aims to optimize supply chain performance by managing inventory levels in accordance with established VMI practices, with a five-year Firm Fixed Price (FFP) Indefinite Quantity Indefinite Delivery (IDIQ) contract anticipated to commence on November 18, 2025. The contractor will be responsible for providing and maintaining hardware, ensuring compliance with safety and environmental regulations, and delivering 24/7 support, including emergency response and inventory refills. Interested parties should submit their capability statements and relevant project experience to Heather Petersen at heather.j.petersen.civ@army.mil, as this market survey is for planning purposes only and does not constitute a formal solicitation.
    Universal Joints - Precision Gears
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to manufacture universal joints as part of a Request for Sources Sought (RFS) issued by the Rock Island Arsenal Joint Manufacturing Technology Center. The procurement aims to identify sources capable of producing two precision gears that meet specific requirements, including a static torque rating of 9000 in-lbs and a minimum compression or tension load of 10,000 lbs, utilizing steel alloy per ASTM A340 standards. These components are critical for the manufacturing of self-propelled artillery, highlighting their importance in military applications. Interested vendors must respond by 1000 CT on December 16, 2025, and can contact Brandy Huesmann or John Jacobsen via email for further information and to request access to controlled drawings.
    25--CYLINDER,HYDRAULIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of hydraulic cylinders, specifically NSN 2590014537423, with a total quantity of 151 units required. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total order value reaches $350,000, with an estimated nine orders per year and a guaranteed minimum quantity of 22 units. These hydraulic cylinders are critical components for military armored vehicles and will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Various Gages
    Buyer not available
    The Department of Defense, through the Army Contracting Command-Rock Island (ACC-RI), is soliciting offers for the procurement of various gages to support operations at the Rock Island Arsenal - Joint Manufacturing and Technology Center. This solicitation, originally set as a 100% Small Business set-aside, has been amended to remove that restriction, allowing unrestricted participation, and now requires offerors to have an approved DD Form 2345 to access controlled technical drawings. The government intends to award a firm-fixed-price contract to the lowest-priced, compliant offeror, with the closing date for submissions extended to December 8, 2025, at 10:00 a.m. Central Time. Interested parties can reach out to Lisa Digney at lisa.m.digney.civ@army.mil or Joe Rivard at lynn.j.rivard3.civ@army.mil for further information.
    CLYLINDER ASSEMBLY,
    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 CLYLINDER ASSEMBLY components. The procurement aims to secure a firm-fixed-price contract for the repair services, with a required Repair Turnaround Time (RTAT) of 141 days after receipt of the asset. This contract is crucial for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors must submit their quotes electronically to Stephanie Tran at yenstephanie.tran@navy.mil, adhering to the specified requirements and deadlines, with a focus on compliance with IUID requirements and quality assurance standards.