HEAVY DUTY VERTICAL SAWS
ID: W519TC25Q2195Type: Presolicitation
Overview

Buyer

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

NAICS

Cutting Tool and Machine Tool Accessory Manufacturing (333515)

PSC

CUTTING TOOLS FOR MACHINE TOOLS (3455)

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 proposals for the procurement of heavy-duty vertical band saws under solicitation W519TC25Q2195. This opportunity is set aside for small businesses and requires compliance with the Rock Island Arsenal Purchase Description (RIPD), including adherence to safety, operational, and environmental standards. The saws will enhance manufacturing capabilities at the Joint Manufacturing and Technology Center, ensuring efficient and safe operations within a Department of Defense facility. Interested contractors must submit their proposals via email by April 28, 2025, at 10:00 AM CT, and can direct inquiries to Lynn Baker at lynn.d.baker8.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Rock Island Arsenal is seeking proposals for heavy-duty vertical tilt-frame band saws to enhance operations at its Joint Manufacturing and Technology Center. The purchase description outlines specific design standards and operational requirements for the band saws, including rigid construction, safety features, and compliance with industry standards. Contractors must ensure the equipment is new, with detailed documentation, identification plates, and utility connection specifications clearly defined. The proposal mandates compliance with security and environmental regulations, emphasizing adherence to safety protocols while working within an Army installation. Training for operators and maintenance personnel is required, alongside provisions for service and support post-installation. The contracting process includes stipulations for shipping, installation responsibilities, and completion criteria to ensure the equipment meets performance expectations. This initiative aligns with the government’s objective of enhancing manufacturing capabilities within federal operations through meticulous equipment procurement and compliance with established regulations.
    The Rock Island Arsenal's Joint Manufacturing and Technology Center seeks to procure heavy-duty vertical tilt-frame band saws through RFP E4000-25-2-03, dated March 6, 2025. The equipment must align with strict specifications that include engineering standards, safety, utility connections, and operational features. Key system requirements include the use of corrosion-resistant materials, registration in the Item Unique Identification Registry, and compliance with safety features and electrical specifications. The saws must be capable of handling various cutting operations and include essential accessories like chip conveyors and hydraulic systems. Furthermore, contractors must understand security regulations for operations on the Army installation, including background checks and adherence to Department of Defense directives. Training for operators and maintenance personnel will be required to ensure safe and effective use of the equipment. The contractor is responsible for full installation, which includes adequate preparation for shipping, delivery, and setup. Overall, the document emphasizes the importance of performance, compliance, and security, reflecting the regulatory environment surrounding government contracts.
    The Rock Island Arsenal (RIA) is soliciting proposals for the procurement of heavy-duty vertical tilt-frame band saws to enhance its Joint Manufacturing and Technology Center operations. The project outlines detailed specifications for the machines, emphasizing compliance with design standards, operational safety, and equipment functionality. Key requirements include registration in the Item Unique Identification (IUID) Registry, adherence to utility connection standards, and installation protocols. Safety and security measures are paramount, as the equipment is to be used within a Department of Defense facility, necessitating background checks and adherence to specific force protection conditions. Environmental considerations highlight the prohibition of hazardous materials like PCBs and asbestos. The contractor will provide comprehensive training for operators and maintenance personnel on safe and efficient machine operation. Delivery and installation requirements are also specified, along with the need for service support and availability of spare parts. Overall, this procurement aims to ensure efficient, safe, and compliant operations at RIA while fostering adherence to federal standards and regulations.
    The DD Form 1423-1 outlines the contract data requirements for saws under federal procurement. It specifies various deliverables related to installation and maintenance documentation, including detailed equipment characteristics, installation drawings, maintenance manuals, safety procedures, and environmental compliance data. Noteworthy submissions include installation and preparation documentation that must detail equipment specs such as dimensions, operating mechanisms, and formats for schematic drawings. The contractor is required to provide multiple formats of deliverables—both electronic and paper—within specified timelines post-award. The document emphasizes clear communication regarding safety protocols, preventive maintenance procedures, and the list of chemicals necessary for operation, including safety data sheets. This comprehensive data compilation ensures proper system setup, compliance with safety standards, and operational transparency, reflecting a structured approach to managing government contracts and grants. The intent is to guarantee that contractors meet federal standards in providing equipment and services, promoting accountability and environmental sustainability throughout the procurement process.
    The government document outlines an amendment to a solicitation associated with contract W519TC25Q2195, issued by the Army Contracting Command in Rock Island, Illinois. This amendment serves to update the solicitation by replacing the RIPD E400-25-2-03 with a revised version dated April 14, 2025. Additionally, the closing date for submissions has been extended from April 8, 2025, to April 21, 2025, at 10:00 AM CT. All other terms and conditions of the original solicitation remain unchanged. The document emphasizes that offerors must acknowledge receipt of the amendment to ensure the acceptance of their proposals, as failure to do so before the specified deadline may result in rejection. This amendment process is a standard procedure in federal RFP management, ensuring that all potential bidders are informed of changes and deadlines.
    This document serves as Amendment 3 to Solicitation No. W519TC25Q2195, issued by the Army Contracting Command - Rock Island. The purpose of the amendment is to extend the submission deadline for offers to April 28, 2025, at 10 AM CT, and to address contractors' inquiries regarding specific equipment requirements. Key adjustments include the acceptance of 2.5-inch diameter rollers instead of the initially specified 3.5-inch ones, confirmation of the need for vertical style miter saws, and acceptance of hydraulic hold-downs with a 21-inch capacity instead of the higher specified minimum. Additionally, clarifications were made concerning the required configurations of extension roller tables for effective machinery integration. All other terms and conditions of the original solicitation remain unchanged. The amendment underscores the necessity of detailed compliance and adaptability in responses to contractor questions while ensuring a fair bidding process in the procurement of specified equipment.
    The document is an amendment and modification notice related to the solicitation for contract W519TC25Q2195, issued by the Army Contracting Command. This amendment addresses contractor inquiries concerning specifications for specific equipment such as roller tables and miter saws, confirming acceptable alternatives to initial requirements. Key modifications include acceptance of 2.5-inch rollers instead of 3.5-inch rollers, and approval of hydraulic hold-downs with a 21-inch capacity rather than the previously specified 24 inches. The document also emphasizes the necessity for the end user to obtain a vertical-style miter saw, as stated in the original scope of work. Furthermore, it discusses tariff pricing implications on contracts, indicating that contractors are responsible for how these changes may affect their pricing. This amendment assures that all other terms and conditions of the initial solicitation remain unchanged. The structure of the document clearly delineates amendments, gives a summary of changes, and answers contractor questions, highlighting the government's transparency and responsiveness in the contracting process. Overall, the amendment aims to clarify requirements to facilitate vendor compliance and ensure fair bidding.
    The Army Contracting Command – Rock Island has issued solicitation W519TC25Q2195 for the procurement of Heavy-Duty Vertical Band Saws at the Rock Island Arsenal. This solicitation is set aside for small businesses under NAICS 333515. Offers must be submitted via email by 10:00 AM on April 8, 2025, using the Lowest Price Technically Acceptable (LPTA) evaluation method to award one Firm Fixed Price contract. Contractors must provide comprehensive quotes that include pricing, compliance with the Rock Island Arsenal Purchase Description (RIPD), and evidence of experience. Quotes will be evaluated based on technical acceptability criteria, including published data, compliance statements, and equipment identification. A critical aspect is adherence to the Buy American Act, requiring the country of origin for the submitted products. Delivery of the purchased items is expected at the specified Rock Island location, and all representations and certifications must be completed as outlined. Payment will be processed electronically through the Defense Finance and Accounting System. Contractors are advised to ensure their submissions are thorough and compliant to avoid disqualification. The document sets a clear framework for procurement, focusing on efficiency and compliance with federal acquisition regulations.
    The document outlines an amendment to a solicitation for a contract, specifically Amendment 1 of Solicitation No. W519TC25Q2195 issued by the Army Contracting Command in Rock Island, Illinois. The primary purpose of this amendment is to provide responses to questions posed by contractors regarding specific technical requirements. Key changes include confirmation that 2.5" diameter rollers are acceptable, deviating from the initially specified 3.5" diameter. Additionally, it clarifies that a vertical style miter saw is required as per the scope of work outlined in a referenced attachment, addressing a query about the potential for a horizontal style. The document emphasizes that all other terms and conditions remain unchanged, and it instructs contractors on how to acknowledge receipt of the amendment for their offers to be considered valid. The signed amendment is set to take effect on April 7, 2025, with a deadline extension for offer submissions noted but unspecified in detail. Overall, the amendment maintains compliance with Federal Acquisition Regulations (FAR) and aims to streamline the solicitation process through clarification and contractor engagement.
    Lifecycle
    Title
    Type
    HEAVY DUTY VERTICAL SAWS
    Currently viewing
    Presolicitation
    Similar Opportunities
    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.
    WELDER PACKAGE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a welding machine package through a Combined Synopsis/Solicitation. This procurement is set aside for small businesses and aims to acquire miscellaneous welding equipment, which is crucial for various military applications and maintenance tasks. Interested vendors should note that the place of performance is located at 1 C Tree Rd Bldg 1041, McAlester, OK, and are encouraged to reach out to Charlie Snell at charlie.b.snell2.civ@us.navy.mil or by phone at 918-420-7525 for further details regarding the submission process and requirements.
    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.
    Spotting Instrument
    Dept Of Defense
    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 Firm Fixed Price contract, which is set aside exclusively for small businesses. The procurement 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. This equipment is critical for military operations, emphasizing the importance of precision in optical instruments. Interested contractors must acknowledge receipt of amendments and submit their proposals by January 9, 2026, to the Contract Specialist, Richard Hall, at richard.g.hall64.civ@army.mil, ensuring compliance with export control regulations and access to the Technical Data Package (TDP) via SAM.gov.
    PIPE CUTTING TOOL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for a pipe cutting tool under a federal contract. The procurement aims to acquire specialized equipment for gas welding, heat cutting, and metalizing, which is critical for various defense applications. This opportunity is set aside for small businesses, emphasizing the importance of supporting the small business sector in defense contracting. Interested vendors should contact Thomas M. Falcone at 564-230-2219 or via email at THOMAS.M.FALCONE.CIV@US.NAVY.MIL for further details, with proposals expected to adhere to the outlined technical and quality requirements.
    Ride-On Floor Sweeper
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Ride-On Floor Sweeper through a Combined Synopsis/Solicitation. This opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 332999, which pertains to all other miscellaneous fabricated metal product manufacturing. The Ride-On Floor Sweeper is essential for maintaining cleanliness and operational efficiency at the Rock Island Arsenal in Illinois. Interested vendors should reach out to Tad Larson at tad.d.larson.civ@army.mil or call 520-944-7826 for further details regarding the submission process and any additional requirements.
    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.
    W912CH26R0015 AUTOMATIC STAND MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the United States Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of 49 Automatic Stand Maintenance units, identified by National Stock Number 4910-01-117-4344 and Part Number 1750A. This opportunity is set aside for small businesses and will result in a Firm Fixed Price contract, with an option for an additional 49 units, emphasizing the importance of military packaging and compliance with specific preservation standards. Proposals are due by January 12, 2026, at 5:00 PM EST, and must be submitted electronically to Contract Specialist Robin Walker at robin.a.walker6.civ@army.mil, with all submissions evaluated based on price only. Interested parties should also be aware of the requirement for compliance with Special Packaging Instructions and the necessity for electronic invoicing via Wide Area WorkFlow (WAWF).
    FA8604 Mill, Gantry, 5-Axis, Automated Machining Center, Single-Spindle, Computer Numerical Control (CNC) MMHS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a C.R. Onsrud 5-Axis X Series CNC Gantry Mill for use at Wright-Patterson Air Force Base in Ohio. This acquisition is set aside exclusively for small businesses and requires the contractor to provide a new, commercially available CNC machining center capable of unattended operation, with specific performance and design requirements outlined in the solicitation documents. The CNC mill will play a critical role in enhancing manufacturing capabilities at the base, adhering to strict safety and environmental regulations. Proposals are due by 3:00 PM Eastern Standard Time on January 20, 2026, and interested parties must register for the solicitation and submit their proposals via the designated government portal, as email submissions will not be accepted. For further inquiries, contact Samantha Ekberg at samantha.ekberg@us.af.mil.
    Commercial Wood Chipper
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Commercial Wood Chipper through a solicitation process managed by the W07V ENDIST ST PAUL office. The primary objective of this procurement is to acquire a wood chipper that meets the specifications outlined in the attached solicitation document, which is essential for various construction and maintenance tasks within military operations. This equipment plays a crucial role in managing vegetation and debris, thereby supporting operational efficiency and environmental management. Interested vendors can reach out to Karl Just at karl.p.just@usace.army.mil or by phone at 651-290-5768, or contact Kevin Henricks at kevin.p.henricks@usace.army.mil for further inquiries regarding the solicitation details.