W519TC-25-Q-A046 HUSK Chains Solicitation & Amendment
ID: W519TC-25-Q-A046Type: Solicitation
Overview

Buyer

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

NAICS

Hardware Manufacturing (332510)

PSC

CHAIN AND WIRE ROPE (4010)

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 bids for the procurement of HUSK Chains to support operations at the Rock Island Arsenal - Joint Manufacturing and Technology Center (RIA-JMTC). This opportunity is specifically set aside for small businesses, with a focus on women-owned small businesses, and requires contractors to provide a Certificate of Conformance, ensure on-time delivery, and comply with rigorous inspection standards upon arrival. The awarded contract will be a Firm Fixed Price purchase order, with quotes due by August 14, 2025, and delivery expected by August 22, 2025. Interested contractors should contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL for further details and to ensure compliance with all submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, W519TC-25-Q-A046, issued by the Army Contracting Command - Rock Island (ACC-RI), seeks HUSK Chains for the Rock Island Arsenal - Joint Manufacturing and Technology Center (RIA-JMTC). The award will be a Firm Fixed Price (FFP) purchase order to the lowest-priced, responsive, and responsible contractor. The solicitation includes an amendment extending the quote due date to August 14, 2025, and adding two new contract line items (CLINs) for different quantities of the same chain product. Key requirements include a Certificate of Conformance (COC), inspection and acceptance by RIA JMTC Receiving, 60-day quote validity, inclusion of all delivery costs to Rock Island Arsenal, and payment via Wide Area WorkFlow (WAWF). On-time delivery by August 22, 2025, is critical, with strict policies regarding installation access for visitors and transportation providers. The document also details various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including those related to unique item identification, payment instructions, and compliance with statutes concerning labor, foreign purchases, and small business programs.
    The document outlines a solicitation for the purchase of HUSK Chains by the Army Contracting Command - Rock Island. The request seeks to procure specific chain products for the Rock Island Arsenal in support of their manufacturing operations, with a focused approach on women-owned small businesses (WOSB). Interested contractors must submit their quotes by July 21, 2025, for a firm fixed price contract, with delivery expected by August 22, 2025. Key instructions highlight the necessity of providing a Certificate of Conformance, ensuring on-time delivery, and compliance with rigorous inspection requirements upon arrival. Furthermore, the process emphasizes the importance of meeting identification and unique tracking requirements for all items delivered. It also includes specific regulations regarding the submission of payment requests and invoicing through the Wide Area Workflow (WAWF). The solicitation emphasizes collaboration and clear communication between contractors and the government, aiming to promote successful acquisition and delivery of services and products while maintaining compliance with federal regulations and standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Hydraulic Supplies and Hardware
    Buyer not available
    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.
    W519TC-26-Q-A046 Handles & Pins (Gages) Solicitation
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is soliciting bids for the procurement of Handles & Pins (Gages) under solicitation number W519TC-26-Q-A046. This opportunity is specifically set aside for small businesses and requires the delivery of precision gaging tools essential for the inspection and quality assurance of Small and Medium Caliber Weapon Systems, including rifles and carbines. The selected contractor will be responsible for conducting a First Article Test (FAT) within 30 days of contract award, with subsequent deliveries expected 30 days after FAT acceptance, ensuring compliance with stringent military standards. Interested parties should submit their quotes, valid for 60 days, and can direct inquiries to Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL, with the contract anticipated to be awarded based on the lowest responsive and responsible bid.
    25--CHAIN ASSEMBLY,TIRE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 100 units of CHAIN ASSEMBLY, TIRE (NSN 2540009339033). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and a guaranteed minimum quantity of 15 units. The items are critical components for vehicular equipment and will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Solicitation for WIRING HARNESS, BRANCHED - NSN: 6150-01-702-8915
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for a five-year, firm-fixed-price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the supply of Wiring Harnesses, Branched (NSN: 6150-01-702-8915). The procurement aims to secure a minimum of 3 units and a maximum of 205 units, with specific requirements for military packaging and quality standards, including ISO 9001:2015 certification. These wiring harnesses are critical components used in various military applications, ensuring reliable electrical connections in equipment. Interested small businesses must submit their proposals via email by December 11, 2025, at 4:00 PM, and can direct inquiries to Contract Specialist Christina Herbig at christina.a.herbig.civ@army.mil.
    1-TON CHAIN HOIST
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 1-ton chain hoist. This procurement is part of a total small business set-aside initiative, aimed at acquiring equipment that is critical for various military applications, ensuring operational readiness and efficiency. The contract will require compliance with specific technical and quality standards, including inspection and acceptance protocols, and is subject to the Federal Acquisition Supply Chain Security Act. Interested vendors should direct inquiries to Kelly L. Slagle at 771-229-0111 or via email at KELLY.L.SLAGLE.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days following the closing date of the solicitation.
    Aluminum Round Bar
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting bids for the procurement of 6061T6 Aluminum Round Bar, specifically 12 inches in diameter and 84 inches long, for use in the M48A1 Large Filter Production at Pine Bluff Arsenal. The contract will be a three-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, requiring a minimum of 40 and a maximum of 420 units, with strict adherence to material standards including AMS-QQ-200/8 and ASTM-B221. This procurement is critical for manufacturing parts essential to Army operations, and interested small businesses must submit their quotes by 3:00 PM CST on December 15, 2025, to the designated contacts, Heather Johns and Bethany Carbajal. A Certificate of Conformance is required for each order, and payment will be processed via Wide Area WorkFlow (WAWF).
    30--CHAIN,ROLLER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of roller chains under solicitation number NSN 3020200151906. The requirement includes a quantity of 8 units, with delivery expected within 118 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000. These roller chains are critical components used in mechanical power transmission equipment, ensuring operational efficiency in various military applications. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the primary contact at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    W519TC-26-Q-A031 Gage Plugs (Not Go Special) Solicitation
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Rock Island (ACC-RI), is soliciting bids for the procurement of Gage Plugs (Not Go Special) under Solicitation W519TC-26-Q-A031. This acquisition is set aside for Women-Owned Small Businesses (WOSB) and aims to award a single Firm Fixed Price (FFP) purchase order to the lowest responsive and responsible contractor, with key requirements including a First Article Test (FAT) within 30 days of award and subsequent deliveries due 30 days after FAT acceptance. The Gage Plugs are critical components used in the inspection and precision layout tools for military firearms, ensuring compliance with stringent quality assurance standards. Interested contractors should submit their quotes, valid for 60 days, including all delivery costs to Rock Island Arsenal, and may contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL for further information.
    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.
    1-TON CHAIN HOIST
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a 1-ton chain hoist. This contract aims to acquire essential equipment that plays a critical role in various military operations and maintenance tasks. The selected contractor will be responsible for ensuring compliance with specific technical and quality requirements, as outlined in the Individual Repair Part Ordering Data (IRPOD) and associated documentation. Interested vendors should direct inquiries to Haylea E. Winand at HAYLEA.E.WINAND.CIV@US.NAVY.MIL or by telephone at 771-229-0101, with proposals expected to remain valid for 60 days following the closing date of the solicitation.