Tooling BPA
ID: W519TC26QA045Type: Solicitation
Overview

Buyer

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

NAICS

Cutting Tool and Machine Tool Accessory Manufacturing (333515)

PSC

MISCELLANEOUS MACHINE TOOLS (3419)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for multiple Blanket Purchase Agreements (BPAs) to support the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). These BPAs will facilitate the acquisition of weld fixtures, machining fixtures, assembly fixtures, gauges, and dies, with a contract duration of five years and firm-fixed-price orders. The goods and services procured are critical for the manufacturing and technology operations at RIA-JMTC, ensuring compliance with industry standards and operational efficiency. Interested contractors must register in the Joint Certification Program (JCP) and submit their proposals, with individual orders not exceeding $350,000, evaluated based on various criteria including past performance and pricing. For further inquiries, contact Christine Baker at christine.c.baker6.civ@army.mil or Brandy Huesmann at brandy.m.huesmann.civ@army.mil.

    Files
    Title
    Posted
    The solicitation W519TC26QA045 from Army Contracting Command - Rock Island (ACC-RI) seeks multiple Blanket Purchase Agreements (BPAs) for weld, machining, assembly fixtures, gauges, and dies to support the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). These five-year, firm-fixed-price BPAs will support commercial product and service acquisitions, with no minimum purchase obligation. Contractors must provide designs meeting industry standards and RIA-JMTC templates, along with computer graphic files. Evaluation criteria include capabilities, equipment, technology, workforce skill, quality control, certifications (e.g., ISO 9001), inspection equipment, documentation, reputation, experience, production capacity, and flexibility. Offerors must be registered in the Joint Certification Program (JCP) for controlled drawings. Orders will be placed by ACC-RI (CCRI-AIH) and will not exceed $350,000 each. Payment and receiving reports will be processed via Wide Area WorkFlow (WAWF), and each BPA holder will receive a fair opportunity for individual orders, awarded based on lowest price and delivery, and past performance. A questionnaire for offerors is included, and various FAR and DFARS clauses are incorporated by reference or full text, including those related to item unique identification, electronic payments, and federal mandates.
    Lifecycle
    Title
    Type
    Tooling BPA
    Currently viewing
    Solicitation
    Similar Opportunities
    Manufacturing Consumables BPA
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is seeking qualified vendors to establish multiple Blanket Purchase Agreements (BPAs) for manufacturing consumables, specifically for additive manufacturing materials, to support operations at the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The procurement includes a range of specific materials such as Maraging Steel powder, 17-4 Stainless Steel powder, and Nickel alloy 718 powder, with vendors required to meet detailed specifications outlined in individual Requests for Quotes. These consumables are critical for advanced manufacturing processes and will be procured under a five-year term with firm-fixed-price orders, where individual orders may reach a maximum value of $9 million. Interested vendors should contact Brandy Huesmann at brandy.m.huesmann.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further details, and must submit the necessary documentation to be considered for the BPA pool.
    Spotting Instrument
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of 178 Spotting Instruments (NSN: 6650-01-549-5838, Part Number: 13016120) under a 100% Small Business Set-Aside contract. This Firm-Fixed Price contract includes an option for an additional 178 units and requires a First Article Test Report (FATR) within 270 days post-award, with delivery of the instruments expected within 420 days, or 150 days if the FATR is waived. The instruments are critical for military operations, necessitating compliance with specific packaging, marking instructions, and security training requirements, including OPSEC and CIAR training for contractor personnel. Interested parties must submit their proposals to Contract Specialist Richard Hall via email by the specified deadline and ensure they have the necessary JCP certification to access the Technical Data Package (TDP) available on SAM.gov.
    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.
    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.
    Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Dept Of Defense
    The U.S. Army Contracting Command – Red River Army Depot (ACC-RRAD) is issuing a Commercial Solutions Opening (CSO) aimed at modernizing its Organic Industrial Base (OIB) through innovative commercial items, technologies, and services. The CSO focuses on enhancing capabilities in areas such as agile facilities, advanced manufacturing, automation, and cybersecurity, with the goal of accelerating solutions for Warfighters and optimizing the Defense Manufacturing Base. Interested parties, including both traditional and non-traditional defense contractors, must submit proposals by November 20, 2025, for specific Areas of Interest (AoIs) related to fixture removal, camera monitoring systems, AS9100 certification, track pin and bushing manufacturing, power pack interface and test sets, and media blast capabilities. For further inquiries, contact the CSO Inbox at usarmy.rrad.acc.mbx.cso@army.mil or Jacob Horn at jacob.j.horn.civ@army.mil.
    Universal Joints - Precision Gears
    Dept Of Defense
    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.
    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.
    Repair/Replace Overhead Cranes on Fort Drum
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Repair of Overhead Crane Hoists at Fort Drum, NY. The cranes range in size from half ton to 35 ton and there are approximately 395 cranes on Fort Drum. The Contractor must be able to submit invoices in Wide Area Workflow (WAWF). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 811310. The registrations can be done through System for Award Management (SAM) for free.
    Customized Machine Base for Cannon Manufacturing Process Equipment for the Watervliet Arsenal
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is soliciting bids for a customized machine base designed for cannon manufacturing process equipment. This procurement requires the design, fabrication, installation, and training for a machine base capable of handling large workpieces, with specific dimensions and operational capabilities outlined in the Statement of Work. The machine base is critical for enhancing the manufacturing process of artillery systems, ensuring operational efficiency and precision. Proposals are due by December 16, 2025, and interested parties are encouraged to attend a site visit on December 15, 2025, to gain further insights into the project requirements; RSVP is required. For inquiries, contact Amanda Robinson at amanda.p.robinson2.civ@army.mil or 518-266-4931.
    Supply Blanket Purchase Agreement (Hardware)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for general hardware and lumber supplies at Fort Drum, New York. Interested contractors must be located within a 30-mile radius of Fort Drum and must be able to accept Government Purchase Cards, with potential payments exceeding $10,000 processed through Wide Area Workflow (WAWF). This procurement is crucial for supporting the Department of Public Works at Fort Drum, and BPAs will be evaluated annually based on price, socio-economic status, past performance, and technical capabilities. Interested parties should contact Samara Johnson at samara.e.johnson.civ@army.mil or Ernie Ixtlahuac at ernie.a.ixtlahuac.civ@army.mil for inquiries, ensuring they are registered in the System for Award Management (SAM) prior to submission.