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
    Diesel-powered welder
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure a diesel-powered welder for the Plant Section located at Ensley Engineer Yard in Memphis, Tennessee. This solicitation is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5), emphasizing the importance of supporting small enterprises in government contracting. The diesel-powered welder is crucial for various welding and metal forming tasks, ensuring operational efficiency and effectiveness in military engineering projects. Interested vendors can reach out to Tijuana Harris at Tijuana.M.Harris@usace.army.mil or call 901-544-3048 for further details regarding the procurement process.
    MWMSS VMI - Sources Sought Only
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Rock Island, is conducting a sources sought notice to identify potential vendors for the delivery of a Metal Working Machine Shop Set (MWMSS) Vendor Managed Inventory (VMI) for 600-800 parts, including fasteners and hydraulic and pneumatic items. The procurement aims to optimize supply chain performance by managing inventory levels in accordance with established VMI practices, with a five-year Firm Fixed Price (FFP) Indefinite Quantity Indefinite Delivery (IDIQ) contract anticipated to commence on November 18, 2025. The contractor will be responsible for providing and maintaining hardware, ensuring compliance with safety and environmental regulations, and delivering 24/7 support, including emergency response and inventory refills. Interested parties should submit their capability statements and relevant project experience to Heather Petersen at heather.j.petersen.civ@army.mil, as this market survey is for planning purposes only and does not constitute a formal solicitation.
    WELDING MACHINE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Pearl Harbor), is seeking procurement for a welding machine classified under the PSC code 3431, which pertains to electric arc welding equipment. The specific requirements and objectives of this procurement are detailed in the attached justification document, which outlines the necessity for this equipment. Welding machines are critical for various defense operations, ensuring the integrity and durability of military equipment and infrastructure. Interested vendors can reach out to Michael Lampard at michael.lampard@navy.mil or by phone at 808-473-8000 for further information regarding this opportunity.
    SWAGE KIT ASSEMBLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is seeking proposals for the assembly of a swage kit under a presolicitation notice. This procurement will be conducted on a full and open competition basis, with the intention of awarding a firm-fixed price supply contract, primarily aimed at small businesses as indicated by the total small business set-aside designation. The swage kit is crucial for military operations, emphasizing the importance of reliable power-driven hand tools in maintaining operational readiness. Interested parties should prepare to submit their proposals by December 11, 2025, following the solicitation's expected posting on SAM.gov around December 8, 2025. For further inquiries, potential offerors can contact Taura Helms at taura.s.helms3@navy.mil or Denise Manor at denise.e.manor.civ@us.navy.mil.
    34--SOLDERING-DESOLDERI
    Buyer not available
    The Defense Logistics Agency (DLA Troop Support) is seeking quotes for the procurement of soldering and desoldering equipment, specifically for National Stock Number (NSN) 3439-01-362-7399, with a total quantity of 15 units required for delivery. This equipment is crucial for military operations and maintenance, ensuring the reliability and functionality of various electronic systems. The solicitation is a Request for Quote (RFQ) and is set aside for small businesses, with all responsible sources encouraged to submit their quotes electronically by the specified deadline. For inquiries, interested parties can contact the buyer via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    Pipe Fittings
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Rock Island, is seeking proposals from qualified small businesses for the procurement of pipe fittings to support operations at the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The solicitation, designated W519TC-26-Q-A021, requires the supply of various brass pipe fittings and high-pressure hose assemblies for Argon, Acetylene, and Oxygen gases, with specific quantities outlined in the solicitation documents. This procurement is critical for ensuring the operational readiness and efficiency of the Arsenal's manufacturing capabilities. Interested contractors must submit their quotes by 6 PM CST on December 12, 2025, with a required delivery date of January 30, 2026, and are encouraged to contact Andrew Owens or John Jacobsen for further inquiries.
    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.
    NDT Modernization
    Buyer not available
    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.
    Service Repair for Sciaky Spot Welder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Sets, Kits, and outfits of handtools
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to provide sets, kits, and outfits of hand tools through Blanket Purchase Agreements (BPAs). This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, which are critical for naval operations. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA program, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.