NG SEW Hand Tool Components -Amendment & new Drawings
ID: W519TC25B2002Type: Solicitation
Overview

Buyer

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

NAICS

Hardware Manufacturing (332510)

PSC

MISCELLANEOUS WELDING EQUIPMENT (3438)

Set Aside

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

    The Department of Defense, specifically the Army Contracting Command at Rock Island, is soliciting bids for the procurement of Next Generation Shop Equipment Welding (NG SEW) Hand Tool Components, aimed at supporting the Joint Manufacturing Technology Center. The contractor will be responsible for supplying a comprehensive parts list, ensuring quality control, and adhering to strict packaging and labeling guidelines for various welding and safety equipment, including goggles, torches, and cables. This procurement is critical for maintaining operational efficiency and safety standards in military applications, with a total small business set-aside to encourage participation from eligible vendors. Interested parties must submit their proposals by May 19, 2025, and can direct inquiries to Heather Petersen at heather.j.petersen.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications for a 75-degree hand torch (part number 11B5092012) manufactured by Hypertherm, Inc. The vendor is located in Hanover, NH, and the item is compatible with the Powermax 65 SYNC plasma cutter. Key specifications include a 50-foot lead length, a maximum coiled envelope dimension of 22" x 17" x 8", and industrial quality standards. The vendor part numbers provided are for reference only, with the drawing specifications set as the primary directive. The creation and approval of this vendor item control drawing occurred in 2022 under the supervision of U.S. Army Combat Capabilities Development Command. The document emphasizes that suggested sources of supply listed do not guarantee availability and adheres to specific ASME standards related to dimensional tolerances. This information is part of a contracted requirement for federal procurement, primarily serving military applications.
    The document outlines specifications for a plasma work lead cable, specifically model 11B5092014 from Hypertherm, Inc. It mentions applicable ASME standards, including Y14.100-2017 and Y14.5-2009, emphasizing that vendor part numbers are for reference only and should not be seen as guarantees of availability. The cable must meet industrial quality standards, featuring a 50-foot lead length, a hand clamp for the ground connection, and compatibility with the specified plasma cutter. The document also includes vendor details, including the name, address, and cage code for the suggested source of supply, as well as an overview of measurements and tolerances. The purpose of this document is to facilitate government procurement processes by providing clear and specific technical requirements for the plasma work lead cable, ensuring compliance with relevant standards and identifying specifications necessary for effective sourcing and quality assurance.
    The document outlines specifications and details for a plasma drag cutting cartridge identified by part number 11B5092016, as part of federal contracting specifications. It provides information about the vendor, Hypertherm, Inc., including their contact details and address. Key specifications include a nominal amperage of 65 amps, the capability to cut through 3/4" thick steel, handheld torch compatibility, and dimensions for the product envelope. The document emphasizes that the specifications take precedence over vendor part numbers and highlights the need for industrial-quality manufacturing. It also mentions relevant standards and specifies that the identification of suggested vendors does not guarantee their ongoing availability. Additionally, the drawing approval and revision history are noted, showing the document's official status for distribution across military and governmental operations. This summary aligns with the context of government RFPs, indicating efforts for reliable and compliant sourcing of specialized equipment.
    The document outlines specifications for a gouging cartridge, specifically the “Max Removal Gouging Cartridge” (Part Number 11B5092017) from Hypertherm, Inc. It is designed for deep gouging and aggressive metal removal, with a nominal amperage of 65 amps, to be used with compatible plasma hand torches referenced in additional drawings. The cartridge's dimensions, maximum envelope, and compatibility requirements are clearly stated. ASME standards Y14.100 and Y14.5 provide the framework for the specifications regarding design and identification. The vendor information is included for reference but does not guarantee availability of the source. Approval details, including revisions and submission dates, indicate oversight by the U.S. Army Combat Capabilities Development Command. The document is categorized under “Vendor Item Control Drawing” and has a distribution statement indicating it is approved for public release and widely disseminated. Overall, this document serves formal specifications for procurement within a government context, ensuring adherence to established industrial quality standards and compatibility requirements for military applications.
    This document outlines a vendor item control drawing for a mechanized cutting cartridge, specifically the part number 11B5190939, provided by Hypertherm, Inc. The drawing specifies that the cartridge operates at a nominal amperage of 65 amps, with a minimum cutting range of 0.25 inches to 0.50 inches thick and is compatible with designated plasma machines. It emphasizes that the specifications must reflect industrial quality, and the vendor part numbers are only for reference, with drawing specifications taking precedence. The document includes vendor information, including a contact address and code, and outlines compatibility with associated equipment by referencing additional drawing numbers. The summary highlights requirements for dimensions and material tolerances, as well as approval notations. Given its structure, the document serves as a technical specification for procurement within federal RFPs, ensuring compliance with operational and dimensional standards relevant to military and industrial use.
    The document outlines pricing structures for various quantity ranges of kits across multiple ordering periods as part of a government Request for Proposal (RFP). It specifies the offeror’s responsibility to fill in designated pricing fields, emphasizing the calculation of the Total Evaluated Price based on weight and price per pound for each quantity range. The report includes details such as ordering periods running consecutively and the requirement for offerors to provide only specific information. The Total Evaluated Price is significant as it reflects the sum of estimated annual totals for each period based on the upper limits of quantity ranges multiplied by respective weights. This RFP is aimed at soliciting competitive pricing proposals while ensuring compliance with government procurement standards in assessing offers for supply contracts.
    The document outlines the scope of work for the provision of Next Generation Shop Equipment Welding (NG SEW) Hand Tool Components for the Joint Manufacturing Technology Center at Rock Island Arsenal. The contractor is required to supply a comprehensive parts list and establish a quality control system ensuring all components meet the defined specifications. Key responsibilities include maintaining a quality system, conducting inspections, packaging items to prevent damage, and providing Certificates of Conformance for all parts. Additionally, the contractor must adhere to strict packaging and labeling guidelines, ensuring items are free from contaminants and resilient to handling. Warranty provisions state that all components must be new, with warranties matching or exceeding those from Original Equipment Manufacturers. The contractor is also responsible for configuration management, allowing for engineering change proposals if materials become obsolete. Overall, this document serves to ensure that the GA SEW Hand Tool Components are delivered with high standards of quality, reliability, and compliance with government regulations.
    The document details a comprehensive inventory of welding and safety equipment required for procurement under a government Request for Proposals (RFP). It outlines various components necessary for welding operations, including bags, mixers, welding machines, safety gear, hoses, and tools, specifying quantities needed for a complete kit. The list includes numerous items such as air compressors, cylinders for gases, welding helmets, gloves, and assorted welding accessories. Each item is identified by a unique component number and quantity, underscoring the structured nature of the inventory for operational efficiency. The purpose of this detailed inventory is to facilitate the acquisition of essential equipment that meets safety standards and operational requirements, supporting various welding tasks in government projects. By ensuring that the procurement process is clear and organized, the document aims to enhance the efficiency and efficacy of the resulting services or projects undertaken as part of government contracts. This inventory serves a critical function in documenting specifications necessary for vendor compliance and product sourcing in response to government RFPs.
    The document outlines a sealed bid solicitation (W519TC25B2002) from the Army Contracting Command - Rock Island for the procurement of NG SEW Hand Tools Components, specifically for 400 kits under a Firm Fixed Price (FFP) contract. This procurement is intended solely for small businesses, with a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract structure featuring multiple ordering periods. All items must meet specific technical specifications based on provided drawings, and adherence to safety, inspection, and delivery requirements is critical. The document emphasizes the importance of on-time deliveries and establishes procedures for contractor compliance with security and safety measures at Rock Island Arsenal, including regulations concerning visitor access and vehicle inspections. The solicitation also includes contractual clauses regarding payment processes, safety responsibilities, and guidelines related to telecommunications equipment. This document serves as a formal invitation for bids, detailing the terms and conditions under which the government will accept offers for the specified supplies, reflecting the government's commitment to transparency and compliance in federal procurement practices.
    The document is an amendment to a solicitation issued by the Army Contracting Command – Rock Island for the procurement of Hand Tool Components for the Next Generation Shop Equipment Welding project. Amendment 0001 modifies the solicitation by extending submission deadlines from 06 May 2025 to 19 May 2025 for two specific paragraphs under Section L. The invitation follows a two-step sealed bidding process, requiring offerors to submit a technical proposal first, which will be evaluated on an Acceptable/Unacceptable basis before moving to price evaluations. Bidders must submit all required information accurately, as any missing details may lead to disqualification. Technical and price proposals must be submitted separately and follow guidelines for format and submission to designated government contacts. The document emphasizes the administrative changes and requirements for bid submission, aiming to ensure strict adherence to procurement regulations and successful contract award procedures. Overall, it serves as a formal update to potential bidders regarding timelines and procedural compliance for the procurement process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Welding Equipment Maintenance
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting proposals for the maintenance and repair of government-owned welding equipment under solicitation number W91ZLK-25-R-0013. This procurement aims to secure a contractor capable of providing corrective maintenance, calibration, and welding certification services for various welding and cutting equipment at the Aberdeen Test Center, with a contract duration of one base year and two optional years, from July 1, 2025, to June 30, 2028. The selected contractor must demonstrate technical capability, including experienced personnel and a Quality Assurance Plan, with evaluations based on a Lowest Price Technically Acceptable criterion. Interested vendors must submit their proposals via email by 3:00 PM Eastern Time on June 19, 2025, and direct any questions to the contracting officers, Julius Wood and Nikeena Brown, at their respective email addresses.
    34--WELDING MACHINE,ARC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two Arc Welding Machines under solicitation number NSN 3431017139751. The requirement is set aside for small businesses, emphasizing the importance of supporting the small business sector in defense contracting. These welding machines are critical for various military applications, ensuring operational readiness and maintenance of equipment. Interested vendors must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to the DLA at DibbsBSM@dla.mil. The deadline for quote submission is 142 days after the award date.
    ROD,WELDING
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of welding rods under the title "ROD, WELDING." This contract aims to acquire welding and soldering equipment, which is critical for shipboard systems, ensuring the reliability and safety of naval operations. The selected contractor will be responsible for delivering 50,000 pounds of welding rods, with a delivery timeline of 365 days from the contract award, and a variation in quantity of -5% is permissible. Interested vendors should direct inquiries to Amanda L. Bailey at 717-605-3354 or via email at AMANDA.L.BAILEY50.CIV@US.NAVY.MIL, with proposals due by April 25, 2025.
    LEVEL 1 Welding Rod
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Portsmouth), is seeking proposals for the procurement of 1,500 units of Level 1 welding rods, as outlined in solicitation SPMYM325Q4068. This procurement is part of a total small business set-aside initiative, emphasizing compliance with federal regulations, including the Buy American Act, and requiring bidders to submit technical data packages alongside their proposals. The welding rods are critical for various military applications, ensuring operational readiness and support for defense activities. Interested vendors should direct inquiries to Gary Chandler at gary.1.chandler@dla.mil or the DLA-KME email box at DLA-KME-QUOTATIONS@DLA.MIL, with a delivery timeline of 60 days post-contract award and adherence to all specified compliance clauses.
    34--WELDERS
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of TIG/STICK WELDERS. These welders are typically used for metalworking machinery. The acquisition will be negotiated on a 100% SMALL BUSINESS SET ASIDE basis. The solicitation is expected to be posted on the NECO website on or about 14 NOVEMBER 2016, with proposals due by 21 NOVEMBER 2016. A Firm-Fixed Price, Supply type contract will be awarded. Interested parties are responsible for downloading the solicitation from the NECO website. Electronic submission of proposals/quotes is not available at this time.
    ELECTRODE,WELDING
    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 welding electrodes. This contract involves the supply of 30,000 pounds of welding electrodes, which are critical for shipboard systems, ensuring safety and operational integrity. The materials must meet stringent specifications outlined in MIL-E-23765 and are designated as Special Emphasis material, highlighting their importance in preventing failures that could lead to serious consequences. Interested vendors should submit their proposals by the updated deadline of June 18, 2025, and can direct inquiries to Amanda L. Bailey at 717-605-3354 or via email at AMANDA.L.BAILEY50.CIV@US.NAVY.MIL.
    ELECTRODE,WELDING
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of welding electrodes, classified under NAICS code 333992. This procurement is critical as the welding electrodes will be utilized in a crucial shipboard system, where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of vital shipboard systems. Interested vendors must adhere to stringent quality assurance requirements and provide certifications for compliance with military specifications, with a total quantity of 1,030 electrodes required and a delivery timeline of 365 days from contract award. Proposals are due by June 13, 2025, and interested parties can contact Amanda L. Bailey at 717-605-3354 or via email at AMANDA.L.BAILEY50.CIV@US.NAVY.MIL for further information.
    Pipe Threading Machine
    Buyer not available
    The Department of Defense, specifically the McAlester Army Ammunition Plant, is seeking proposals for the procurement of a Pipe Threading Machine, with a focus on supporting small businesses, particularly those owned by women. The solicitation outlines specific requirements for the machine, including the need for compliance with military specifications and the provision of a RIDGID-brand model with defined capacities and features. This procurement is part of the U.S. government's initiative to enhance diversity in its contractor base while ensuring the delivery of quality goods for military operations. Interested vendors must submit their quotes by March 19, 2025, at 10:00 AM Central Daylight Time, and are encouraged to contact Casey Pratt at casey.p.pratt.civ@army.mil for further inquiries.
    ELECTRODE,WELDING
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of welding electrodes under the title "ELECTRODE, WELDING." The contract requires the delivery of specialized welding electrodes that meet stringent specifications, as these materials are critical for shipboard systems where the use of incorrect or defective materials could lead to severe consequences, including personnel injury or loss of vital systems. Interested vendors must adhere to specific quality assurance requirements and provide certifications of compliance, with a total contract quantity of 1,000 units and a delivery timeline of 365 days from the contract award. Proposals are due by December 2, 2024, and interested parties can contact Amanda L. Bailey at 717-605-3354 or via email at AMANDA.L.BAILEY50.CIV@US.NAVY.MIL for further details.
    ROLL BENDER
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Rock Island, is soliciting proposals for the procurement of a Roll Bender at the Rock Island Arsenal. This solicitation, identified as W519TC25Q2267, aims to replace aging equipment used for bending metal into arcs, emphasizing compliance with military and safety regulations, as well as adherence to the Buy American Act. The procurement process will follow a Lowest Price Technically Acceptable (LPTA) evaluation method, with proposals due by June 16, 2025, at 10 AM Central Time, and must be submitted via email to the designated contact, Lynn Baker, at lynn.d.baker8.civ@army.mil. Contractors are required to provide evidence of past experience, compliance with specifications, and detailed documentation to ensure successful installation and operation of the equipment.