NG SEW Hardware Components - Amendment
ID: W519TC25Q2075Type: Solicitation
Overview

Buyer

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

NAICS

Hardware Manufacturing (332510)

PSC

HARDWARE, COMMERCIAL (5340)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 21, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 2:00 PM UTC
Description

The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the procurement of hardware components essential for the Next Generation Shop Equipment Welding (NG SEW) system at the Joint Manufacturing Technology Center located in Rock Island, Illinois. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, requires contractors to supply a detailed list of commercial hardware components, implement quality control measures, and ensure compliance with stringent safety and performance standards. This procurement is critical for enhancing the Army's welding and cutting capabilities, ensuring operational readiness and safety in military applications. Interested small businesses must submit their proposals electronically by April 29, 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 pricing and evaluation criteria for government requests for proposals (RFPs) regarding the procurement of kits based on quantity and weight parameters. It contains specific instructions for offerors on filling out the pricing information in specified sections. Each kit's price per pound is essential for calculating the Ordering Period Evaluated Price for different quantity ranges, ranging from 1-10 kits to 40 or more. The Total Evaluated Price is derived from the aggregate of estimated annual totals across all ordering periods. Emphasis is placed on the requirement for offerors to complete only the highlighted areas in the document. The structured evaluation aims to streamline the bidding process and ensure fair pricing among competitors for federal and local government contracts, reflecting standard practices in government procurement procedures. The methodical approach encourages transparency and accuracy in determining costs associated with these agreements.
Apr 9, 2025, 8:08 PM UTC
The NG SEW Hardware Components Scope of Work outlines the requirements for a contractor to supply essential commercial components for the Next Generation Shop Equipment Welding (NG SEW) system at the Joint Manufacturing Technology Center – Rock Island Arsenal. The system enhances the Army's welding and cutting capabilities. The contractor must adhere to a detailed parts list, implement quality control processes including inspections and certifications, and maintain accurate shipping and production records. All items must be properly marked, packaged, and protected to meet shipping standards for at least one year. Additionally, components should carry warranties equivalent to those of Original Equipment Manufacturers and be free from defects. If any component deviates from specifications, the contractor can propose Engineering Change Proposals (ECPs) or Requests for Variance (RFVs) for government approval. The document emphasizes strict compliance with quality standards, material handling, and the overall integrity of components supplied to the government, ensuring operational readiness and safety in military applications.
Apr 9, 2025, 8:08 PM UTC
The document details a government Request for Proposals (RFP) regarding various industrial components, specifically focusing on a wide array of hardware, fasteners, and tools required for operational kits. It lists specific items with detailed descriptions, such as self-locking nuts, threaded rods, washers, screws, and specialized labels for tools and machinery. The document specifies quantities required for each item, indicating the demand for these components in federal contracts. Additionally, it outlines replacement items in case certain components are discontinued, necessitating validation against specification compliance. In the context of government procurement processes, this document serves as a crucial inventory requirement under federal grants and RFPs, ensuring that contractors have clear specifications to meet operational standards and effectiveness in fulfilling project needs while adhering to procurement protocols.
Apr 9, 2025, 8:08 PM UTC
The Army Contracting Command – Rock Island (ACC-RI) issued Solicitation W519TC-25-Q-2075 to procure Hardware Components for the Next Generation Shop Equipment Welding at the Rock Island Arsenal's Joint Manufacturing and Technology Center. The procurement is set within the framework of Federal Acquisition Regulations (FAR) 12 and 13.5 and adopts a Lowest Price Technically Acceptable (LPTA) bidding approach, intended for small businesses under specific classifications. The contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, lasting five years, with an initial minimum order and a maximum cap of 400 units. Offerors must be registered in the System for Award Management (SAM) to qualify. Proposals will be evaluated based on technical acceptability and pricing, with an all-or-nothing bidding requirement. Quotes must be submitted electronically and adhere to required pricing formats. Timeliness of deliveries and adherence to security protocols at the Arsenal are emphasized, with penalties for non-compliance detailed in the solicitation. The overall objective is to enhance operational capabilities through reliable and easily supplied equipment while maintaining strict compliance with safety and performance standards.
Apr 9, 2025, 8:08 PM UTC
This document outlines Amendment 0001 to Solicitation W519TC25Q2075, primarily affecting the closing date for submissions. The key purpose of the amendment is to extend the original deadline from April 15, 2025, to April 29, 2025, ensuring potential contractors have additional time to prepare their offers. All other terms and conditions of the solicitation remain unchanged and in effect. The amendment requires contractors to acknowledge receipt of the changes to avoid potential rejection of their offers. The amendment is signed by the contracting officer from the Army Contracting Command - Rock Island, reflecting standard operating procedures for managing changes to government contracts. This document illustrates the administrative processes associated with federal solicitations and contract modifications.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
NG SEW Electrical Components - new information
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Rock Island, is soliciting proposals for the procurement of electrical components required for the Next Generation Shop Equipment Welding (NG SEW) system. Contractors are expected to deliver a comprehensive list of electrical components, ensuring adherence to quality control measures, including inspections and certificates of conformance, while also meeting packaging and corrosion protection standards. This procurement is critical for enhancing the Army's welding and cutting capabilities, supporting military operations with high-quality electrical supplies. Interested small businesses must submit their proposals by April 29, 2025, and can direct inquiries to Heather Petersen at heather.j.petersen.civ@army.mil.
NG SEW Pneumatic Components new comment
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Rock Island, is soliciting proposals for pneumatic components required for the Next Generation Shop Equipment Welding system at Rock Island Arsenal. The contract aims to enhance the Army's welding and cutting capabilities by providing a comprehensive parts list, ensuring quality control, and adhering to strict packaging and shipping standards. This procurement is critical for maintaining operational efficiency and safety in gas handling and utilization, with a focus on compliance with OEM warranty standards. Interested small businesses must submit their proposals by April 29, 2025, to the designated point of contact, Heather Petersen, at heather.j.petersen.civ@army.mil, to be considered for this Total Small Business Set-Aside opportunity.
Welding Equipment Maintenance, Repair, and Calibration
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking proposals for the maintenance, repair, and calibration of government-owned welding equipment under solicitation number W91ZLK-25-R-A003. This procurement is set aside for small businesses and aims to secure a contractor capable of providing comprehensive services, including emergency repairs and quality assurance, over a three-year period from July 1, 2025, to June 30, 2028. The selected contractor will be evaluated based on the Lowest Price Technically Acceptable criteria, ensuring that all proposals meet the requirements outlined in the Performance Work Statement. Interested parties must submit their proposals via email by 3:00 p.m. Eastern Time on May 16, 2025, and direct any inquiries to the Contract Specialist, Julius Wood, at julius.a.wood.civ@army.mil.
Plasma Cutting System
Buyer not available
The Department of Defense, specifically the Army Contracting Command – Rock Island, is seeking proposals for a Plasma Cutting System to enhance operational capabilities at the Rock Island Arsenal in Illinois. The procurement aims to replace outdated equipment with a Computer Numeric Control (CNC) plasma cutting machine that meets specific cutting requirements, including a minimum cutting area of 4-ft by 8-ft and the ability to cut mild steel up to 1.5 inches thick. This initiative is critical for maintaining effective maintenance operations while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their quotes by 12:00 PM on April 28, 2025, and can direct inquiries to Heather Petersen or Travis Poindexter via their respective email addresses.
Arm Assembly - Lift B
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of an Arm Assembly - Lift B, under solicitation number W519TC25Q2234. This opportunity is a total small business set-aside, requiring vendors to provide a firm fixed price quote that meets the specifications outlined in the request for quotation (RFQ), with the lowest priced, responsive, and responsible vendor expected to be awarded the contract. The Arm Assembly is crucial for military operations, and the selected contractor must ensure timely delivery to the Rock Island Arsenal in Illinois, adhering to strict submission guidelines and safety regulations. Quotes are due by 6 PM CST on April 30, 2025, and interested parties should direct inquiries to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
HEAVY DUTY VERTICAL SAWS
Buyer not available
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.
W911KF-25-Q-0025
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a 20,000-watt CNC Fiber Laser Cutting Center with Pallet Changer to be delivered and installed at the Anniston Army Depot in Alabama. This opportunity is set aside for small businesses under the NAICS code 333992, which pertains to Welding and Soldering Equipment Manufacturing, highlighting the importance of advanced cutting technology in military operations and manufacturing processes. The solicitation is expected to be issued electronically on April 9, 2025, and interested vendors must submit their proposals electronically, as hard copies will not be provided. For further inquiries, interested parties can contact Sonja Freeman at sonja.l.freeman.civ@army.mil or by phone at 571-588-0961.
ROLL BENDER
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of a Roll Bender system, as outlined in solicitation W519TC25Q2267. This acquisition aims to replace aging equipment used for bending metal into arcs, with specific requirements for design, safety standards, and installation protocols, ensuring compliance with military regulations and environmental laws. The selected contractor will be responsible for delivering the equipment, providing operational training for staff, and maintaining service response capabilities, with proposals due by April 30, 2025, at 10 AM Central Time. Interested vendors should submit their quotes via email to the designated Contract Specialist, Lynn Baker, at lynn.d.baker8.civ@army.mil, adhering to the evaluation criteria based on technical acceptability and pricing.
Cradle Liner
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Rock Island, is soliciting bids for the procurement of a Cradle Liner, a critical component in military applications. The contract will be awarded as a firm-fixed price to the lowest priced, responsive, and responsible vendor, with an emphasis on timely delivery and compliance with detailed shipping and inspection requirements. This solicitation reflects the government's commitment to transparency and support for small businesses, with strict adherence to federal regulations and safety protocols at the Rock Island Arsenal. Interested vendors must submit their quotes by 6 PM CST on May 1, 2025, and can direct inquiries to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
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.