W519TC-26-Q-A027 Stryker SIEGMUND Solicitation
ID: W519TC-26-Q-A027Type: Solicitation
Overview

Buyer

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

NAICS

Hardware Manufacturing (332510)

PSC

HARDWARE, COMMERCIAL (5340)

Set Aside

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

    The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is soliciting quotes for the procurement of Stryker SIEGMUND materials, specifically requiring the supply of Siegmund brand name items. This procurement is critical for supporting operations at the Rock Island Arsenal - Joint Manufacturing and Technology Center (RIA-JMTC), with a focus on delivering various hardware components essential for ongoing projects. Interested contractors must submit their quotes by December 22, 2025, at 10 AM Central Time, ensuring compliance with delivery requirements and visitor access policies at the Arsenal. For further inquiries, potential bidders can contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a list of various universal stops, clamping squares, quick-change clamps, and other related tools and equipment, along with their part numbers, descriptions, quantities, and blank price fields. The listed items include different sizes and types of nitrided universal stops and stop and clamping squares, aluminum magnetic clamping bolts, quick-change clamps, a table press, a horizontal clamp, and components for a cobot table. The file appears to be a vendor's product catalog or a potential procurement list, likely for a government RFP or grant, indicating a need for these specific tools and equipment for a project or ongoing operations. The lack of prices suggests it might be a request for quotation (RFQ) or a preliminary list for a future purchase.
    The provided document appears to be a list of parts and equipment, likely for a vendor within a government procurement context such as an RFP or grant. It details various universal stops, bench vices, stop and clamping squares, rotation angles, magnetic clamping bolts, quick-change clamps, a table press, a horizontal clamp, and cobot tables with their corresponding legs. Each item is identified by a part number and a description, with quantities listed, but no prices or totals are included. This document serves as an inventory or catalog of items that a vendor is offering, potentially for a project requiring these specific tools and components.
    Amendment 0001 extends the due date for Solicitation W519TC-26-Q-A027 from November 20, 2025, to December 22, 2025, at 10 AM Central Time. Issued by the Army Contracting Command - Rock Island (ACC-RI), this solicitation is for Stryker SIEGMUND in support of the Rock Island Arsenal - Joint Manufacturing and Technology Center (RIA-JMTC). The government intends to award one Firm Fixed Price (FFP) purchase order to the lowest-priced, responsive, and responsible contractor, without discussions. Quotes must be for SIEGMUND brand name only, valid for 60 days, and include all delivery costs to Rock Island Arsenal, IL. Payment will be made via Wide Area Workflow (WAWF). On-time delivery is critical, with no extensions for delays. Contractors must also ensure their transportation providers comply with Rock Island Arsenal's visitor access policies, including pre-registration and proper identification. Receiving hours are Monday-Friday, 6:30 AM to 2:00 PM CST.
    The document is a solicitation for commercial products and services, specifically for Stryker Siegmund materials, issued by the Army Contracting Command – Rock Island (ACC-RI). The acquisition will result in a Firm Fixed Price (FFP) purchase order awarded to the lowest-priced, responsive, and responsible contractor. Key requirements include supplying only Siegmund brand name items, providing quotes valid for 60 days, and including all delivery costs to Rock Island Arsenal, IL. Payment will be made via Wide Area Workflow (WAWF) by the Defense Finance and Accounting Service (DFAS). The document also details critical on-time delivery requirements and visitor access procedures for the Rock Island Arsenal, along with numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses governing the contract, including those related to unique item identification, payment instructions, and various socio-economic and ethical considerations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Stryker Sustainment Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Stryker Sustainment Services under a Special Notice procurement. This opportunity involves specialized automotive repair services, focusing on the maintenance, repair, and rebuilding of vehicular equipment components, as indicated by the NAICS code 811114 and PSC code J025. The Stryker vehicles are critical to military operations, necessitating reliable and efficient sustainment services to ensure operational readiness. Interested parties can direct inquiries to Eric Driscoll at eric.j.driscoll3.civ@army.mil, with additional details and solicitation questions available in the attachments section.
    Gymnasticator Modernization
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Rock Island, is seeking proposals for the modernization of control systems for two MG3000 Mechanical Gymnasticators at the Rock Island Arsenal-Joint Manufacturing & Technology Center (RIA-JMTC). The project aims to enhance the gymnasticators' capabilities to deliver real-time test data, positional results, and pass/fail outcomes for various weapons systems, including the M1A1 and M119A3, among others. This upgrade is critical for maintaining the operational efficiency and reliability of military equipment, ensuring compliance with stringent safety and environmental standards. The total contract value is estimated at $25,500,000, with a performance period of 365 days post-award. Interested contractors should direct inquiries to Christine Szalo at christine.a.szalo.civ@army.mil or Daniel Sinnott at Daniel.s.Sinnott.civ@army.mil.
    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.
    CONTROL ASSEMBLY,AC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of CONTROL ASSEMBLY,AC, a critical component in the manufacturing of small arms and ordnance accessories. This solicitation emphasizes the need for compliance with specific inspection and acceptance criteria, as well as adherence to quality assurance standards, ensuring that all supplied items meet rigorous military specifications. The procurement is vital for maintaining operational readiness and supporting national defense initiatives, with the solicitation closing on February 20, 2025. Interested vendors should direct inquiries to Amy Smith at 385-591-3484 or via email at AMY.SMITH@DLA.MIL for further details.
    HDPE, Solid
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for the procurement of High-Density Polyethylene (HDPE) to support operations at the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). This firm-fixed-price contract, issued under FAR Parts 12 and 13, requires contractors to meet specific material requirements, including dimensions and physical properties, and to provide certified test reports and certificates of conformance. Timely delivery to the Rock Island Arsenal in Illinois by February 9, 2026, is critical, with penalties for any delays. Interested contractors can reach out to John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further details regarding the solicitation W519TC26QA053.
    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 Firm Fixed Price contract, which is set aside exclusively for small businesses. The procurement 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. This equipment is critical for military operations, emphasizing the importance of precision in optical instruments. Interested contractors must acknowledge receipt of amendments and submit their proposals by January 9, 2026, to the Contract Specialist, Richard Hall, at richard.g.hall64.civ@army.mil, ensuring compliance with export control regulations and access to the Technical Data Package (TDP) via SAM.gov.
    Tooling BPA
    Dept Of Defense
    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.
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    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.
    Sources Sought: ADR Vehicular Equipment Kits Survey_2025
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is conducting a Sources Sought Notice to gather information from businesses regarding the potential future acquisition of ADR Vehicular Equipment Kits. The procurement aims to identify vendors capable of producing comprehensive kits that include repair tools, safety gear, replacement parts, and training materials, essential for maintaining vehicular compliance and operational readiness. Interested parties must have a current DD 2345 certification and active registration in the Joint Certification Program (JCP) to access the associated Technical Data Package (TDP), which has restricted distribution. Responses to this notice are voluntary and due by January 13, 2026, at 2:00 PM EST, and should be submitted via email to the designated contract specialists. For further inquiries, contact Meika Cole at meika.j.cole.civ@army.mil or Diana Jones at diana.jones47.civ@army.mil.