Genesis Robotic Arc Welding System Update
ID: W519TC-25-Q-2101Type: Solicitation
Overview

Buyer

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

NAICS

Welding and Soldering Equipment Manufacturing (333992)

PSC

ELECTRIC ARC WELDING EQUIPMENT (3431)

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 seeking proposals for the update of the Genesis Robotic Arc Welding System to enhance operations at the Rock Island Arsenal's Joint Manufacturing Technology Center. The project aims to improve the existing Direct Energy Deposition (DED) system by updating its Digital Twin, integrating Lincoln HyperFill Technology, and utilizing Powermill CAM software, with key deliverables including a calibrated work cell and regular project updates. This procurement is a total small business set-aside under NAICS code 333992, emphasizing the government's commitment to supporting smaller enterprises while ensuring compliance with quality assurance measures. Proposals are due by 6 PM CST on February 7, 2025, and interested parties can contact Andrew Owens or Ashley Moore via email for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army Contracting Command – Rock Island has issued a Request for Proposal (RFP) for the Genesis Robotic Arc Welding System update to enhance operations at the Rock Island Arsenal’s Joint Manufacturing and Technology Center. This opportunity is designated as a 100% Small Business Set Aside, encouraging participation from smaller enterprises as defined under NAICS 333992. Proposals must be submitted by February 7, 2025, at 6 PM CST. The selected contractor will be awarded a firm-fixed price contract based on responsiveness and lowest pricing. Key requirements include strict adherence to delivery schedules and compliance with quality assurance measures, including Certificate of Conformance for every shipment. The document also outlines visitor access regulations for those involved in delivery and service operations, including identification requirements and safety protocols. Contractors must provide their personnel with necessary safety gear and comply with security measures against prohibited items on the installation. Invoicing will be managed electronically through the Defense Finance and Accounting Service system. The RFP includes various FAR clauses, outlining expectations and compliance requirements that offerors must acknowledge and meet throughout the contracting period. Overall, this solicitation reflects the government’s commitment to supporting small businesses while maintaining rigorous operational standards.
    The Rock Island Arsenal Joint Manufacturing Technology Center (JMTC) seeks to enhance its Genesis Robotic Direct Energy Deposition (DED) system by updating its Digital Twin, integrating Lincoln HyperFill Technology and Powermill CAM software. The project includes three primary tasks: updating the digital twin model to replicate the Genesis system with HyperFill technology, calibrating this model to ensure operational accuracy, and providing regular project updates through teleconferences and a final report. Key deliverables consist of an updated Digital Twin, a calibrated work cell, and necessary backups. The project aims to expand JMTC's capabilities for additive manufacturing and requires JMTC to provide crucial support, including parts and materials, to ensure a successful implementation. This initiative demonstrates the government's commitment to advancing manufacturing technology through collaborative contracts while ensuring compliance and functionality.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    NDT Modernization
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Rock Island, is seeking proposals for the modernization of Non-Destructive Testing (NDT) equipment at the Rock Island Arsenal. This procurement aims to enhance the Army's NDT capabilities by acquiring advanced systems, including large and small vault linear accelerators, x-ray tubes, and optional computed and digital radiography technologies. The modernization is crucial for improving inspection technologies and operational readiness within defense manufacturing, ensuring compliance with national safety standards. Proposals are due by 10:00 AM CT on February 14, 2025, and interested vendors should contact Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil for further details.
    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.
    Welder
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure a portable welder with advanced capabilities through a Combined Synopsis/Solicitation. The welder must feature built-in pulse programs for various materials, including standard and high-strength steels as well as aluminum, and should allow for reduced heat affected zones, welding in all positions, and faster travel speeds. This equipment is crucial for military operations requiring versatile and efficient welding solutions, and interested small businesses are encouraged to participate as this opportunity is set aside for total small business participation. For further inquiries, potential bidders can contact Larry Hill at larry.j.hill8.civ@army.mil or Joy Davis at joy.l.davis18.civ@army.mil, with the procurement details emphasizing the importance of meeting the specified technical requirements.
    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 3431017143409. The requirement includes the delivery of these machines to DLA Distribution San Joaquin within 157 days after the order is placed, with the approved source being 3BH04 951000099. These welding machines are critical for various military applications, ensuring the maintenance and repair of equipment and infrastructure. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all inquiries should be directed to DibbsBSM@dla.mil.
    W519TC-25-Q-2068 Ladle System Solicitation Amendment
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the procurement of an Aluminum Melting Transport Ladle System, as outlined in solicitation W519TC-25-Q-2068. The project requires two ladle systems capable of handling 1200 lbs and 400 lbs of aluminum, along with an Aluminum Rotary Degassing System and a Quantitative Aluminum Porosity Measurement System, adhering to stringent design and operational standards. This procurement is critical for the Joint Manufacturing and Technology Center at the Rock Island Arsenal, ensuring compliance with safety and environmental regulations while enhancing manufacturing capabilities. Interested parties must submit their proposals electronically by February 18, 2025, with further inquiries directed to Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL or Ashley Moore at ashley.m.moore85.civ@army.mil.
    34--WELDING MACHINE,INV
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of welding machines under a total small business set-aside. The objective of this solicitation is to acquire high-quality welding and soldering equipment, which is essential for various military applications and maintenance operations. This procurement falls under the NAICS code 333992, focusing on the manufacturing of welding and soldering equipment, and is categorized under the PSC code 34 for metalworking machinery. Interested vendors should direct their inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's DIBBS portal.
    Mandrels for the Watervliet Arsenal
    Buyer not available
    The Department of Defense, specifically the Army's Watervliet Arsenal, is seeking proposals for the procurement of two mandrel expanding devices designed for a 60mm bore, as outlined in solicitation number W911PT25Q0029. Vendors are required to comply with specific drawing requirements for marking the mandrels and their packaging, along with adhering to strict inspection protocols. These mandrels are critical components in military applications, emphasizing the importance of quality and timely delivery in fulfilling this contract. Interested contractors must submit their quotes by February 18, 2025, and can direct inquiries to Coby Brickner at Coby.R.Brickner.Civ@army.mil or by phone at 518-266-4505.
    Industrial High Temperature Heater System
    Buyer not available
    The Department of Defense, specifically the Army's Combat Capabilities Development Command - Armaments Center (DEVCOM-AC), is seeking to procure an Industrial High Temperature Heater System to upgrade the supersonic wind tunnel located in Building 266 at Picatinny Arsenal, NJ. The primary objective of this procurement is to acquire the heater element and ancillary equipment necessary to facilitate the transition of the wind tunnel from supersonic to hypersonic capabilities. This upgrade is critical for simulating the actions of objects in flight, which is essential for various defense applications. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, with a proposal deadline extended to March 10, 2025, at 5:00 PM EST. For further inquiries, potential bidders can contact Gloria Thoguluva at gloria.thoguluva.civ@army.mil or Julian Di Leo at julian.m.dileo.civ@army.mil.
    NSN: 1005-01-592-1520, ELEVATING AND TRAVERSING MECHANISM
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal, is seeking bids for the procurement of 53 Elevating and Traversing Mechanisms, identified by National Stock Number (NSN) 1005-01-592-1520. This solicitation is set aside entirely for small businesses and aims to establish a Firm-Fixed-Price (FFP) contract, with an option for an additional 53 units. The Elevating and Traversing Mechanisms are critical components used in military operations, ensuring the effective functioning of weapon systems. Interested parties must submit their proposals electronically by February 6, 2025, and can direct any inquiries to Contract Specialist Daniel Edwards at daniel.j.edwards82.civ@army.mil. Access to the associated Technical Data Package (TDP) is restricted and requires JCP certification.
    Coordinate Measuring Machines for Depot Level Maintenance on T408 Engine
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the procurement of two Moving Bridge Coordinate Measuring Machines (CMMs) to measure General Electric T408 Jet Engine compressor rotors and stators. This Request for Proposal (RFP) aims to conduct an unrestricted competition for the machines, which are critical for depot-level maintenance of the T408 engine, ensuring compliance with national defense standards. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals by 12:00 PM EST on February 20, 2025, with all inquiries directed to Tammy Fossa at tamara.d.fossa.civ@us.navy.mil. The solicitation documents can be accessed upon request with an approved DD2345, and the closing date for inquiries is January 31, 2025.