Induction-style Replacement Furnaces
ID: W519TC25Q2088Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

FOUNDRY MACHINERY, RELATED EQUIPMENT AND SUPPLIES (3680)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the replacement of induction-style furnaces at the Rock Island Arsenal. This procurement aims to acquire five new induction furnaces, including upgradable power supplies and related systems, to enhance the foundry's capabilities for aluminum and steel melts. The selected contractor will be responsible for all aspects of the project, including installation, training for operators and maintenance personnel, and ensuring compliance with safety and environmental regulations. Proposals are due within a specified timeframe, and interested parties should contact Travis Poindexter at travis.j.poindexter.civ@army.mil or Heather Petersen at heather.j.petersen.civ@army.mil for further details. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation methodology, with a maximum timeline of 445 days from contract award to final acceptance.

    Point(s) of Contact
    Files
    Title
    Posted
    The Rock Island Arsenal seeks to procure five new induction furnaces, upgradable power supplies, and related systems for their foundry at the Joint Manufacturing and Technology Center. The proposal outlines specifications for two systems: one for aluminum and steel melts, requiring a new 200 kW power supply, and another for upgrading an existing 450 kW supply to 500 kW for steel melts. Key requirements include compliance with national standards, installation support, training for operators and maintenance personnel, and adherence to security protocols given the military context. The contractor must manage all labor, materials, and installation, performing tests to ensure compliance before final acceptance. Training covers operation, maintenance, and programming, while the contractor retains responsibility for equipment until fully accepted by the government. Safety measures include adherence to OSHA standards, proper utility connections, and measures to prevent hazards like unintentional operation and hydraulic failures. The document serves as a detailed request for proposals (RFP) aimed at modernizing the foundry's capabilities, ensuring compliance with federal regulations, and maintaining the safety and security integral to military operations at the arsenal.
    The document outlines the contractual requirements for the provision of installation and preparation documentation related to Foundry Furnace Replacements. Comprised of multiple sections, it specifies the data items that contractors must submit, including installation documentation, equipment identification, maintenance manuals, and environmental compliance data, all essential for safe and effective installation and operation. Each data item has defined submission formats (e.g., electronic or paper) and deadlines, usually 60 calendar days prior to equipment delivery. Key elements include detailed installation drawings, equipment lists, pneumatic and hydraulic schematics, safety procedures, and Chemical Safety Data Sheets (MSDS). The documentation serves to ensure compliance with safety standards and environmental regulations, providing necessary operational guidelines and technical data. Ultimately, this contract data requirements document is critical for fostering orderly execution, minimizing risks during installation, and fulfilling governmental compliance standards, reflecting best practices in federal procurement processes.
    The Army Contracting Command - Rock Island is soliciting proposals for an Induction-Style Furnace Replacement (Solicitation Number: W519TC25Q2088) to support the Rock Island Arsenal. This solicitation follows FAR Parts 12 and 13.5, aiming to award a Firm Fixed Price (FFP) contract. Offerors must ensure their quotes are thoroughly completed and valid for 90 days following submission. The anticipated timeline includes contract award, equipment delivery, installation, and training, totaling a maximum of 445 days from contract award to final acceptance. Payment will be structured in progress payments based on equipment ordering, delivery, and installation stages. A standard commercial warranty of at least one year is required. Offerors face security measures and background checks to comply with installation access policies. Proposals will be evaluated based on technical (acceptable/unacceptable) and price factors, employing a Lowest Price Technically Acceptable (LPTA) methodology. Offerors must demonstrate relevant experience, compliance with purchase descriptions, provide equipment specifications, and meet warranty requirements to qualify. The aim is to select the proposal that delivers the best overall value while ensuring compliance with rigorous government standards and procedures.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Walk-in Oven Building 128
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of a walk-in oven for Building 128 at the Anniston Army Depot. This requirement is part of a total small business set-aside under the North American Industry Classification System Code 333994, which pertains to Industrial Process Furnace and Oven Manufacturing. The successful vendor will be responsible for delivering a product that meets the specifications outlined in the Statement of Work, which is crucial for the operational needs of the depot. Interested parties must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the closing date of January 5, 2026, at 10:00 AM CST, and all inquiries should be directed to Crystal Hodges at crystal.l.hodges8.civ@army.mil by December 15, 2025.
    Aluminum Round Bar
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting bids for a three-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply of 6061T6 Aluminum Round Bars, specifically 12 inches in diameter and 7 feet long, to support the M48A1 Large Filter Production at Pine Bluff Arsenal. The procurement requires a minimum of 40 and a maximum of 420 units, adhering to strict material standards including AMS-QQ-A-200/8 and ASTM-B221, with no drawings required as specifications are detailed in the attached product description. This contract is crucial for ensuring the availability of high-quality aluminum components necessary for military applications. Interested small businesses must submit their quotes, including the required price matrix and product description, by December 15, 2025, at 3:00 PM CST, to the primary contacts Heather Johns and Bethany Carbajal.
    Customized Machine Base for Cannon Manufacturing Process Equipment for the Watervliet Arsenal
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is soliciting bids for a customized machine base designed for cannon manufacturing process equipment. This procurement requires the design, fabrication, installation, and training for a machine base capable of handling large workpieces, with specific dimensions and operational capabilities outlined in the Statement of Work. The machine base is critical for enhancing the manufacturing process of artillery systems, ensuring operational efficiency and precision. Proposals are due by December 16, 2025, and interested parties are encouraged to attend a site visit on December 15, 2025, to gain further insights into the project requirements; RSVP is required. For inquiries, contact Amanda Robinson at amanda.p.robinson2.civ@army.mil or 518-266-4931.
    Breech Ring Forgings for the Watervliet Arsenal
    Dept Of Defense
    The Department of Defense, through the Watervliet Arsenal, is soliciting proposals for the manufacture of 15 Breech Ring Forgings (Drawing 12591139, Rev. B) specifically designed for the 105mm M20 Cannon. This procurement requires adherence to strict delivery schedules and quality standards, with the potential for a first article requirement or waiver, and emphasizes the importance of past performance in the evaluation process. The Breech Ring Forgings are critical components in military technology, necessitating compliance with export controls and access restrictions to ensure that only U.S., Puerto Rico, and Canada-based entities can participate. Interested contractors should contact Evan Caulfield at evan.j.caulfield.civ@army.mil for further details, and must possess a current DD 2345 certification to access the Technical Data Package via SAM.gov.
    Brass Round Bar
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command-Rock Island (ACC-RI), is seeking quotes for the procurement of Brass Round Bar, specifically Alloy C63000, in support of the Joint Manufacturing and Technology Center at Rock Island Arsenal. The requirement includes 10 feet of Brass Round Bar with a diameter of 6.0 inches, and the contract will be awarded to the lowest-priced, compliant offeror, emphasizing the importance of a Certificate of Conformance and a Certified Test Report. This procurement is a total small business set-aside, highlighting the government's commitment to supporting small businesses, with quotes due by December 15, 2025, at 10:00 a.m. Central Time. Interested vendors should contact Chris Pegg at christopher.m.pegg2.civ@army.mil or Lisa Digney at lisa.m.digney.civ@army.mil for further details.
    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.
    Cornerstone Initiative CS-26-1501: Quad Cities Cartridge Case Facility (QCCCF)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Combat Capabilities Development Command – Chemical Biological Center (DEVCOM CBC), is initiating a procurement opportunity for the operation and maintenance of the Quad Cities Cartridge Case Facility (QCCCF) located in Rock Island, Illinois. The selected contractor will be responsible for all aspects of facility operation, including maintenance, safety, and security, while also proposing innovative work to meet both Department of Defense and commercial needs. This initiative is part of the Cornerstone Other Transaction Agreement (OTA), aimed at strengthening the U.S. Manufacturing and Defense Industrial Base, and is restricted to members of the Cornerstone Consortium. Interested entities must have an active registration in SAM.gov and a signed Cornerstone Consortium Management Agreement to be eligible for proposal submission. For further inquiries, interested parties can contact the Cornerstone Team via email at usarmy.ria.devcom-cbc.mbx.cornerstone-ota@army.mil.
    Vacuum Muffle Furnace
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, is seeking proposals for a Vacuum Muffle Furnace as part of a Combined Synopsis/Solicitation. The procurement requires a furnace that meets specific technical specifications, including a power requirement of 208V or 220V, an interior capacity for a 12-inch cube assembly, and the ability to reach temperatures of 1200 degrees Celsius or higher, while also supporting inert gas and vacuum operations. This equipment is crucial for microfluidics board development within laboratory settings. Proposals are due by 12:00 PM Eastern on December 19, 2025, with questions accepted until December 15, 2025. Interested parties should contact Graham W.J. Fisher at graham.w.fisher.civ@us.navy.mil or call 202-923-1344 for further information.