W519TC-25-Q-2068 Ladle System Solicitation
ID: W519TC-25-Q-2068Type: Solicitation
Overview

Buyer

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

NAICS

Industrial Process Furnace and Oven Manufacturing (333994)

PSC

INDUSTRIAL FURNACES, KILNS, LEHRS, AND OVENS (4430)

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 the procurement of an Aluminum Melting Transport Ladle System, as outlined in solicitation W519TC-25-Q-2068. The project requires two ladle systems capable of handling 1200 lbs and 400 lbs of aluminum, along with an Aluminum Rotary Degassing System and a Quantitative Aluminum Porosity Measurement System, adhering to stringent design and operational standards. This procurement is critical for the Joint Manufacturing and Technology Center at the Rock Island Arsenal, ensuring compliance with safety and environmental regulations while enhancing manufacturing capabilities. Interested parties must submit their proposals electronically by February 18, 2025, with further inquiries directed to Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL or Ashley Moore at ashley.m.moore85.civ@army.mil.

    Files
    Title
    Posted
    The Rock Island Arsenal's Request for Proposal (RFP) E4000-24-3-09 seeks procurement of an aluminum melting ladle system for the Joint Manufacturing and Technology Center. The proposal specifies two ladle systems, one for 1200 lbs and another for 400 lbs of aluminum, along with an Aluminum Rotary Degassing System and a Quantitative Aluminum Porosity Measurement System, likely from Thermtronix or equivalent. The document outlines stringent design and operational standards based on various national and international safety, mechanical, and electrical guidelines. It emphasizes ownership of designs, safety protocols, and environmental compliance. Critical components include utility connections, electrical disconnections, and mechanical specifications to ensure efficient operation. Training and installation support are required, including operator and maintenance training for select personnel. The contractor is responsible for delivery, installation, and compliance with security protocols due to the sensitive nature of the site. All processes should align with federal laws, and equipment must be free from prohibited materials. Overall, this RFP reflects the government's ongoing commitment to meeting manufacturing needs while adhering to strict safety and functionality standards.
    The Rock Island Arsenal seeks proposals for aluminum melting transport ladle systems under RFP E4000-24-3-09, dated June 21, 2024. The procurement includes two ladles with capacities of 1200 lbs and 400 lbs, along with an aluminum rotary degassing system and a porosity measurement system. Compliance with national standards such as OSHA and ASME is crucial for the equipment design and operation. Safety, security, and environmental regulations are enforced, with requirements for training personnel in safe operation and maintenance. The proposal process demands clarity on specifications and site inspections, with contractors responsible for all installation aspects. Shipping and off-loading must occur during designated hours, emphasizing the importance of proper documentation and security protocols during access to the installation. Overall, the document outlines the necessary equipment specifications, compliance expectations, and procedural requirements involved in acquiring and installing the aluminum melting systems at the Rock Island Arsenal, highlighting the government's focus on safety, efficiency, and adherence to regulations in its procurement processes.
    The DD Form 1423-1 outlines the data item requirements for the installation and preparation documentation associated with the Foundry Furnace Replacements contract. It specifies the submission of various detailed documents, including installation documentation like drawings and schematics, tool lists, and electrical, pneumatic, and hydraulic schematics, all of which must be submitted at least 60 days prior to equipment delivery. Additionally, safety lockout and preventive maintenance procedures, along with operator manuals, are required to ensure safe and efficient operation post-installation. Compliance with environmental regulations is emphasized through requests for Material Safety Data Sheets (MSDS) and a comprehensive chemical list. The document targets efficiency and thoroughness in contractor submissions to facilitate seamless integration and operation of the new systems, demonstrating the government's commitment to safety, compliance, and effective project management in federal contract execution.
    The document outlines a solicitation (W519TC25Q2068) issued by the Army Contracting Command - Rock Island for the procurement of an Aluminum Melting Transport Ladle System. It follows FAR guidelines and aims to award a Firm Fixed Price contract to the lowest price technically acceptable offeror. Proposals must be submitted electronically by 10:00 AM on January 10, 2025. Key evaluation criteria include technical experience, compliance with specifications, equipment identification, and a minimum one-year warranty. The proposal process emphasizes clarity and completeness, with strict guidelines for submission. Offerors must include references for similar past projects, ensuring they have experience relevant to the specified equipment. Payment will be processed through the Defense Finance and Accounting Service. Additionally, the document details access regulations for the Rock Island Arsenal, emphasizing security measures for visitors and contractors. Overall, the solicitation reflects the government's commitment to sourcing compliant and experienced suppliers while maintaining stringent operational security and procedural guidelines.
    The document details a Request for Proposal (RFP) for the procurement of a Ladle System for aluminum melting at the Rock Island Arsenal, focusing on the need for solid-state aluminum melting transport ladles and associated systems. It specifies two ladles, rated for 1200 lbs and 400 lbs of aluminum, along with an Aluminum Rotary Degassing System and Quantitative Aluminum Porosity Measurement System. The proposal outlines compliance with various national standards and strict guidelines for equipment design, safety, and operational requirements. Key sections cover system design standards, component specifications, information technology support, installation, training requirements, and service provisions. Contractors must ensure their equipment meets rigorous safety and operational criteria while adhering to environmental regulations. The document emphasizes the importance of security protocols at the Army installation, including background checks and adherence to federal laws. The overarching goal is to enhance the foundry's operational capabilities at the Joint Manufacturing and Technology Center while ensuring safety and compliance with industry standards.
    The document outlines Amendment 0001 to solicitation W519TC-25-Q-2068, concerning the procurement of an Aluminum Melting Transport Ladle System for the Army's Rock Island Arsenal. The key purpose of this amendment is to incorporate a corrected attachment related to the project, denoted as RIPD E4000-24-3-09B v2. The solicitation process adheres to the Federal Acquisition Regulation (FAR) and includes instructions for offerers regarding proposal completeness, evaluation criteria, and a one-year validity for submitted proposals. The delivery date for the contract is set for May 14, 2026, and payment will be processed through the Defense Finance and Accounting Service. Additionally, there are important visitor access requirements for contractors and their employees visiting the Rock Island Arsenal, emphasizing the need for proper identification and compliance with security regulations. The document effectively communicates changes while ensuring all previous terms and conditions remain applicable, reflecting a structured approach to managing federal procurement processes within government contracts.
    This document outlines Amendment 0002 to solicitation W519TC25Q2068, primarily altering the submission deadlines and competition classification. The due date for submissions has been extended from January 10, 2025, at 10 AM Central Time to February 18, 2025, at 10 AM Central Time. Notably, the acquisition has transitioned from a 100% Small Business set-aside to a Full and Open Competition, removing any set-aside preference. Other specified conditions in the solicitation remain unchanged. This amendment includes the deletion of previous narratives associated with Amendment 0001 and modifies the description details for specific Contract Line Item Numbers (CLINs). Such changes emphasize the Agency's intent to broaden participation in the contracting process, thus enabling various entities to compete for the contract. The document reflects standard protocol in government contracting relating to amendments and modifications of solicitations, showcasing a systematic approach to ensure clarity and adherence to federal procurement regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CONTAINER FREIGHT UTILITY
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), is seeking proposals for the procurement of 253 Container Freight Utility units under solicitation W56HZV-23-R-0088. This Firm-Fixed Price contract is set aside for small businesses and requires delivery to the Sierra Army Depot within 120 days post-award, with a monthly delivery rate of 50 units, adhering to specific packaging and inspection standards. The procurement is crucial for supporting military logistics and operations, ensuring compliance with stringent quality assurance measures and regulatory requirements. Interested contractors must submit their proposals by 6:00 PM on February 13, 2025, and can contact Clarissa Dixon at clarissa.n.dixon.civ@army.mil for further information.
    BRIQUETTER AND EXTENSION CONVEYOR
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for a briquetting system and extension conveyor to process scrap aluminum chips at the Rock Island Arsenal in Illinois. The procurement aims to acquire a system capable of converting up to 3,000 pounds of aluminum chips per hour into briquettes for recycling, with compliance to national safety codes and rigorous specifications for design, installation, and operator training. This initiative is crucial for enhancing aluminum recycling efforts while ensuring safety, operational efficiency, and sustainability standards are met. Interested vendors should contact John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL and are encouraged to provide information regarding their socio-economic status and past performance, with an expected solicitation date of February 18, 2025, subject to change.
    Titanium Ingots Ti-CP-2 and Ti-CP-6-6-2 Solicitation
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of up to 174 metric tons of titanium ingots, specifically grades Ti-CP-2 and Ti-6-6-2, to be delivered to the Hawthorne Army Depot in Nevada. This solicitation requires the contractor to mine, process, and deliver the titanium, ensuring compliance with safety and environmental regulations, including independent testing and certification of the materials. The titanium ingots are critical for various defense applications, and the estimated contract value is $5 million, with a performance period of 24 months from the award date. Interested parties must submit their proposals by 3:00 PM EST on March 6, 2025, and can contact Carrie Powers at carrie.powers@dla.mil or Alicia Barrowman at alicia.barrowman@dla.mil for further information.
    Sale of Scrap Aluminum
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is offering an opportunity for the sale of approximately 30 tons of scrap aluminum located at the Sierra Army Depot in Herlong, California. Interested bidders must submit proposals based on a per-pound price, with a requirement for a 20% deposit from the winning offeror prior to the removal of materials, which must occur weekly for the first three months and then on an as-needed basis for the following six months. This sale is significant as it involves the disposal of surplus property, promoting recycling and resource optimization within government operations. Proposals are due by 11 AM Pacific Standard Time on February 6, 2025, and should be submitted electronically to Starla Roberts at starla.a.roberts.civ@army.mil, with any inquiries directed to her by January 30, 2025.
    ARALDITE 507
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of 385 gallons of Araldite 507, a commercial adhesive product. This Request for Quotation (RFQ) is issued under Solicitation Number W519TC25QLITE, and the contract will be awarded based on the lowest price that meets all solicitation requirements, with a suggested delivery date of July 1, 2025. The procurement is critical for military applications, ensuring compliance with stringent quality standards, as outlined in the attached documentation, including requirements for a Certificate of Conformance and specific lot number instructions. Interested vendors must submit their proposals by February 6, 2025, at 12:30 PM Central Time, and can direct inquiries to Bridget Garnica at bridget.m.garnica.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    B-2 Cylinder Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of B-2 Cylinder Assemblies, specifically designed to activate the main landing gear doors of aircraft. The solicitation requests a 20% reduction in cost and a 25% reduction in production lead time for a total quantity of eight units, which are made from aluminum/alloy materials. This procurement is critical for maintaining the operational readiness of military aircraft, with a delivery deadline set for August 12, 2025. Interested vendors should submit their capability statements or proposals to Dana Craun at dana.craun@us.af.mil or call 405-426-9405, as electronic procedures will be utilized for this solicitation.
    NDT Modernization
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Rock Island, is seeking proposals for the modernization of Non-Destructive Testing (NDT) equipment at the Rock Island Arsenal. This procurement aims to enhance the Army's NDT capabilities by acquiring advanced systems, including large and small vault linear accelerators, x-ray tubes, and optional computed and digital radiography technologies. The modernization is crucial for improving inspection technologies and operational readiness within defense manufacturing, ensuring compliance with national safety standards. Proposals are due by 10:00 AM CT on February 14, 2025, and interested vendors should contact Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil for further details.
    SOLICITATION - W912CH-25-Q-0004 - TESTING KIT,PETROLE - NSN: 6630-01-165-7133
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Detroit Arsenal, is soliciting proposals for the procurement of 28 units of a petroleum testing kit, identified by NSN: 6630-01-165-7133. This solicitation, W912CH-25-Q-0004, specifies that the contract will be a Firm Fixed Price (FFP) purchase order, with an option for an additional 28 units, and is restricted to the manufacturer's part number SC-B/2HB-C-3D. The testing kits are crucial for chemical analysis in military applications, ensuring compliance with operational standards. Interested offerors must submit their proposals via email by March 5, 2025, at 5:00 PM EST, and should ensure they are registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Diana Jones at diana.jones47.civ@army.mil or Katherine E. MacFarland at katherine.e.macfarland.civ@army.mil.
    ANODE ASSY CTOD
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the Anode Assembly CTOD. This procurement requires compliance with specific material and physical standards, as well as adherence to quality assurance protocols, including government source inspection. The Anode Assembly is critical for various weapon systems, emphasizing the importance of reliability and precision in defense applications. Interested contractors must provide proof of being an authorized distributor of the original manufacturer's items and are encouraged to submit their proposals promptly, as accelerated delivery is accepted. For further inquiries, potential bidders can contact Ashley Betlock at 717-605-1028 or via email at ASHLEY.BETLOCK@NAVY.MIL.
    Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    The Army Contracting Command – Red River Army Depot (ACC-RRAD) is seeking proposals for the design, manufacture, and installation of a Road Wheel Drum Tester as part of its Organic Industrial Base (OIB) Modernization initiative under the Commercial Solutions Opening (CSO) W911RQ-24-S-C0001. This procurement aims to enhance the quality testing process for military vehicle road wheels, ensuring compliance with military specifications while improving safety and reducing operational costs. The desired tester must meet specific technical requirements, including a drum diameter of 67.23 inches, adjustable pressure settings, and the capability to test two road wheels simultaneously, integrated with advanced software for data processing. Interested parties must submit a solution brief by 5:00 P.M. CDT on 10 August 2024, and are advised to register with the System for Award Management. For further inquiries, contact the CSO Inbox at usarmy.rrad.acc.mbx.cso@army.mil.