Arm Assembly - Lift B
ID: W519TC-25-Q-2234Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

MISCELLANEOUS SERVICE AND TRADE EQUIPMENT (3590)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command - Rock Island, is seeking proposals for the procurement of an Arm Assembly - Lift B, designated under solicitation number W519TC25Q2234. This opportunity is now open to all businesses, as the initial Small Business Set Aside designation has been amended to an unrestricted solicitation, with the intent to award a firm-fixed price contract to the lowest responsive and responsible bidder. The Arm Assembly is critical for operations at the Rock Island Arsenal, and contractors must adhere to strict delivery schedules, quality assurance requirements, and compliance with safety and security regulations. Proposals are due by 6 PM CST on May 16, 2025, and interested parties should direct all communications to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The government solicitation W519TC25Q2234 is issued by the Army Contracting Command - Rock Island for an Arm Assembly – Lift B, intended for the Rock Island Arsenal. Originally designated as a Small Business Set Aside, the solicitation has been amended to be unrestricted, allowing all businesses to participate. The intent is to award a firm-fixed price contract to the lowest responsive and responsible bidder meeting the outlined requirements. Proposals are due by May 16, 2025, at 6:00 PM CST, and must conform to stringent delivery schedules and quality assurance requirements, including providing Certificates of Conformance for submitted products. Delays due to material availability or subcontractor issues are unacceptable. Contractors must comply with specific safety, security, and access regulations when on-site. Shipping instructions emphasize labeling and timely deliveries to avoid refusals. The document details provisions concerning telecommunications and video surveillance compliance, mandatory certifications, and various clauses related to procurement, including adherence to Buy American standards. Lastly, all communications regarding the proposal must be directed to the specified contact, ensuring clarity and efficiency in the contracting process. This solicitation reflects the government's emphasis on transparency and compliance in its procurement practices.
    The document outlines a solicitation by the Army Contracting Command – Rock Island (ACC-RI) for the procurement of an Arm Assembly – Lift B, designated as W519TC25Q2234. This solicitation is structured under FAR Parts 12 and 13, identifying it as a 100% Small Business Set Aside under NAICS 333310. The proposal submission deadline is April 30, 2025, at 6 PM CST. The contractor is required to ensure timely delivery of supplies, with strict adherence to submission guidelines, including marking shipping containers accurately and providing required certifications and documentation for quality assurance. Visitor access to Rock Island Arsenal must comply with strict security protocols, and all contractors are responsible for ensuring their personnel meet access requirements. The document also emphasizes compliance with safety, law enforcement, and fire prevention regulations at the installation. Payment for the awarded contract will be processed electronically via the Defense Finance and Accounting Service through the Wide Area Workflow system. Key terms for inspection and acceptance, as well as specific conditions regarding the manufacturing of products, are detailed in the solicitation. Overall, this document serves as a comprehensive guide for potential contractors regarding the terms and requirements for quoting and delivering the specified items.
    The government document, dated July 14, 2014, does not provide specific details beyond its dated timestamp and lacks substantive content regarding federal RFPs or grants. Therefore, an analysis based on the minimal information available indicates that the document may serve as a record or note of importance related to federal activities or deadlines on that date, but lacks any actionable information or context. The absence of a main topic or supporting details limits the capacity to summarize or extract key points relevant to government requests for proposals or grants. To effectively understand and analyze government RFPs or grants, more information or context is necessary, as this document does not convey essential elements typically found in such communications.
    Lifecycle
    Title
    Type
    Arm Assembly - Lift B
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    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.
    Cable Assembly, SPEC
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is soliciting proposals for a Firm Fixed Price contract to procure 10 units of Cable Assembly, SPEC (NSN: 6150-01-605-2266, Part Number: 13646597). This solicitation has transitioned from a 100% Small Business Set-Aside to a Full and Open competition, reflecting the importance of these cable assemblies in supporting military operations and equipment. Contractors are required to adhere to stringent quality standards, including compliance with ANSI/J-STD-001 Class 3 for soldering and the implementation of a Lead Free Control Plan, among other provisions outlined in the attached documents. Proposals must be submitted electronically by January 5, 2026, to Tamela Riggs-Holman at tamela.d.riggs-holman.civ@army.mil, with the solicitation documents available for review to ensure compliance with all requirements.
    SPRRA1-25-R-0056/ TRAILING ARM ASSY
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting offers for a Firm Fixed Price Supply Contract for the Trailing Arm Assembly (NSN: 1620-01-147-4777), a Critical Safety Item (CSI) essential for the AH-64 Apache Weapon System. This procurement includes mandatory First Article Testing (FAT) and Production Lot Testing (PLT), with specific delivery schedules and inspection requirements at the origin, followed by acceptance at the destination. The contract is limited to The Boeing Company and Ontic Engineering and Manufacturing, Inc., and offers must be submitted by January 8, 2026, at 1:00 AM, with all amendments acknowledged to ensure consideration. Interested parties can contact Jessica Coleman at jessica.coleman@dla.mil or by phone at 256-938-0651 for further details.
    CABLE ASSEMBLY, RADI
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is soliciting proposals for a firm-fixed-price contract to manufacture 10 units of "CABLE ASSEMBLY, RADI" (NSN: 5995-01-618-5033, Part Number: 13646605-4). This procurement has transitioned from a 100% small business set-aside to a full and open competition, requiring Production Lot Testing (PLT) for all units, with a completion period of 60 days; Contractor First Article Testing (FAT) is not required, although waivers may be considered. The goods are critical for communication equipment applications within military operations, and proposals must be submitted via email to Tamela D. Riggs-Holman by January 7, 2026, following the issuance of the solicitation on November 25, 2025.
    25--ARM ASSEMBLY,PIVOT,
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 16 units of the ARM ASSEMBLY, PIVOT, under solicitation number NSN 2530200105751. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of two. The items are crucial for vehicular equipment components, ensuring operational readiness for military vehicles, 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.
    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.
    W58RGZ-26-Q-0001 Solicitation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the W58RGZ-26-Q-0001 contract, which is set aside for small businesses under the SBA guidelines. This procurement focuses on acquiring airframe structural components, categorized under the NAICS code 336413, which pertains to the manufacturing of other aircraft parts and auxiliary equipment. The goods and services sought are critical for maintaining and enhancing the operational capabilities of military aircraft. Interested vendors can reach out to Aysia Young at ayisia.l.young.civ@army.mil or call 520-851-9942, or contact Edward A. Peterson at edward.a.peterson4.civ@army.mil or 256-313-8529 for further details. The solicitation document contains additional information necessary for proposal submission.
    SELECTOR CONTROL SUBASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the Selector Control Subassembly, which is integral to the ventilation and filtration systems of the Howitzer family of vehicles. This procurement involves a Firm Fixed Price supply contract for a total of 225 units over five years, with a guaranteed minimum of 3 units in the first year, and requires compliance with specific technical data packages controlled by HDT Expeditionary Systems. Interested contractors must submit their proposals by December 15, 2025, and are encouraged to contact David Edwards at david.edwards@dla.mil for further details regarding the solicitation and submission process.
    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.