W519TC-25-Q-2272 Patterns Solicitation & Amendment 0001
ID: W519TC-25-Q-2272Type: Solicitation
Overview

Buyer

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

NAICS

Industrial Mold Manufacturing (333511)

PSC

PRODUCTION JIGS, FIXTURES, AND TEMPLATES (3465)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command in Rock Island, Illinois, is soliciting proposals for the procurement of manufacturing patterns under contract ID W519TC-25-Q-2272. This solicitation has transitioned from a 100% Small Business Set-aside to Full and Open Competition, allowing a broader range of contractors to participate in the bidding process. The selected contractor will be awarded a Firm Fixed Price order based on the lowest-priced, responsive bid, with strict delivery timelines and warranty requirements upon acceptance of delivery. Interested contractors must submit their proposals by June 16, 2025, and can direct inquiries to Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL or Kylah Rasche at kylah.a.rasche.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Solicitation W519TC-25-Q-2272 issued by the Army Contracting Command – Rock Island for the procurement of manufacturing patterns required by the Rock Island Arsenal – Joint Manufacturing and Technology Center. The solicitation indicates that one Firm Fixed Price order will be awarded to the lowest-priced, responsive contractor by May 28, 2025. Contractors must include all delivery costs to Rock Island Arsenal, as well as commit to strict delivery timelines—failure to meet these deadlines may result in contract termination. Bidders are required to access additional drawings via SAM.gov and provide a warranty starting upon delivery acceptance. The document specifies that communication with government representatives should occur at the lowest level possible, with a designated point of contact for queries. Additionally, protocols for visitor access to the Arsenal are included, especially regarding identification compliance to meet security standards. Overall, the solicitation emphasizes competitive pricing, compliance with contractual obligations, and safety regulations, reflecting the government's operational focus on accountability and risk management in procurement processes.
    This amendment, designated as Amendment 0001, modifies the solicitation associated with contract ID W519TC25Q2272. The primary purpose of the amendment is to transition from a 100% Small Business Set-aside to Full and Open Competition for the solicitation. The deadline for responses has been extended from May 28, 2025, at 10 AM Central Time to June 16, 2025, at the same time. All other terms and conditions of the solicitation remain unchanged. Contractors must acknowledge receipt of this amendment following specified methods to ensure their offers are considered. The document is issued by the Army Contracting Command in Rock Island, IL, and includes detailed instructions for contractors regarding changes implemented by this amendment. This modification aims to broaden competitive opportunities for contractors participating in this procurement process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Operation of the Quad City Cartridge Case Facility (QCCCF)
    Buyer not available
    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. The primary objective is to develop and manufacture fixed-price prototype capabilities for both Department of Defense and commercial use, while maintaining the facility's critical defense industrial base capability to produce steel and brass cartridge cases at a minimum rate of 3,000 units per month. This initiative is vital for enhancing the U.S. organic industrial base and ensuring a steady supply of ammunition components. Interested contractors must submit whitepapers by January 8, 2026, and can direct inquiries to Mallory Schmitt at mallory.d.schmitt.civ@army.mil.
    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-A032 Bent Tube Solicitation
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Rock Island (ACC-RI), is soliciting bids for the procurement of 110 Tube Bent Metallic units for the Rock Island Arsenal – Joint Manufacturing and Technology Center (RIA-JMTC). This opportunity is a Firm Fixed Price (FFP) contract, which will be awarded to the lowest-priced, responsive, and responsible contractor, with key requirements including a First Article Test (FAT) to be completed within 90 days of award and subsequent deliveries expected 30 days after FAT acceptance. The goods are critical for military applications, emphasizing the importance of timely delivery and compliance with various FAR and DFARS clauses. Interested parties should submit their quotes, valid for 60 days, and can contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL for further details.
    W519TC-26-Q-A031 Gage Plugs (Not Go Special) Solicitation
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Rock Island (ACC-RI), is soliciting bids for the procurement of Gage Plugs (Not Go Special) under Solicitation W519TC-26-Q-A031. This acquisition is set aside for Women-Owned Small Businesses (WOSB) and aims to award a single Firm Fixed Price (FFP) purchase order to the lowest responsive and responsible contractor, with key requirements including a First Article Test (FAT) within 30 days of award and subsequent deliveries due 30 days after FAT acceptance. The Gage Plugs are critical components used in the inspection and precision layout tools for military firearms, ensuring compliance with stringent quality assurance standards. Interested contractors should submit their quotes, valid for 60 days, including all delivery costs to Rock Island Arsenal, and may contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL for further information.
    W519TC-26-Q-A014 Gage Plugs (Not Go Plain)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Rock Island (ACC-RI), is seeking proposals for the procurement of 903 Gage Plugs (Not Go Plain) intended for use at the Rock Island Arsenal – Joint Manufacturing and Technology Center (RIA-JMTC). This acquisition is a Women-Owned Small Business (WOSB) set-aside and will result in a single Firm Fixed Price (FFP) purchase order, with key requirements including a First Article Test (FAT) to be completed within 30 days of award and subsequent deliveries due 30 days after FAT acceptance. The gage plugs must adhere to strict specifications, including compliance with various ASME and MIL-STD standards, and will require rigorous quality assurance measures as outlined in the solicitation documents. Interested parties should contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL for further details, and the procurement process emphasizes electronic payment through Wide Area WorkFlow (WAWF).
    Hydraulic Supplies and Hardware
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Rock Island (ACC-RI), is seeking qualified vendors to provide hydraulic supplies and hardware for the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The procurement includes various hydraulic pump supply tubes, pressure tubes, hoses, and bulkhead locknuts, with a firm-fixed-price contract awarded to the lowest-priced, responsive, and responsible contractor. These hydraulic components are critical for maintaining and enhancing the operational capabilities of military equipment. Quotes are due by 6 PM CST on December 12, 2025, and must include shipping to Rock Island Arsenal, IL, with payment processed via Wide Area Workflow (WAWF). Interested parties can contact Andrew Owens at andrew.m.owens16.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further information.
    Army Contracting Command – Anniston Army Depot (ACC-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Anniston Army Depot, is soliciting proposals for the Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO). This initiative aims to procure innovative commercial technologies and services that enhance Army operations, focusing on areas such as agile manufacturing, advanced manufacturing, and cyber security, as mandated by the 2022 National Defense Authorization Act. The CSO is critical for integrating modern technologies into existing manufacturing processes to improve operational efficiency and military readiness. Proposals are accepted until September 30, 2030, and interested parties can contact Amber Burdett at amber.e.burdett.civ@army.mil or 571-588-0960 for further information.
    Spotting Instrument
    Buyer not available
    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 100% Small Business Set-Aside contract. This Firm-Fixed Price contract 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. The instruments are critical for military operations, necessitating compliance with specific packaging, marking instructions, and security training requirements, including OPSEC and CIAR training for contractor personnel. Interested parties must submit their proposals to Contract Specialist Richard Hall via email by the specified deadline and ensure they have the necessary JCP certification to access the Technical Data Package (TDP) available on SAM.gov.
    U.S. Army Contracting Command – Watervliet Arsenal (ACC-WVA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    The U.S. Army Contracting Command – Watervliet Arsenal is soliciting proposals for the Organic Industrial Base (OIB) Modernization through a Commercial Solutions Opening (CSO) aimed at enhancing defense capabilities via innovative commercial items and technologies. This initiative is part of a broader effort to modernize the Army's manufacturing capabilities, focusing on advanced manufacturing, connected digital systems, and cyber security to maintain military advantage as outlined in the 2014 Quadrennial Defense Review. The CSO process is open until September 30, 2024, and invites both traditional and non-traditional contractors to submit proposals that include an executive summary, technology concept, and rough pricing estimates, with evaluations based on technical merit and funding availability. Interested parties can contact Lauren Scripps at lauren.a.scripps.civ@mail.mil for further information.
    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.