NG SEW Hardware Components
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
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder, as outlined in solicitation number FA812526Q0016. This procurement falls under the NAICS code 811310, which pertains to the repair and maintenance of commercial and industrial machinery and equipment, excluding automotive and electronic items. The repair services are crucial for maintaining operational efficiency and reliability of the equipment used in various defense applications. Interested contractors should note that the proposal due date has been extended to December 16, 2025, at 12:00 PM CST, and must acknowledge receipt of the amendment to ensure their offers are considered. For further inquiries, potential offerors can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Welding and Soldering Supplies
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to provide welding and soldering supplies through a Blanket Purchase Agreement (BPA). This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, which are critical for naval operations. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    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.
    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.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    5 year IDIQ All level 1 and SUBSAFE Material.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking offers for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply components for cable cutters and reel machines. This procurement includes critical items such as drum shafts, retention nuts, push rods, and various fasteners, all of which must meet stringent SUBSAFE and Level I material requirements as outlined in NAVSEA specifications. These components are essential for the operational integrity of naval equipment, ensuring safety and reliability in maritime operations. Interested vendors should contact John LaMotta or David Torres via email at david.torres22.civ@us.navy.mil for further details, with the contract expected to commence around May 30, 2026.
    PROJECT CM25265004
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract (IQC) for the procurement of metal tube assemblies and elbows, specifically NSNs 4710-01-229-7700 and 4730-01-493-8729. The items are critical for military applications and must be delivered within specified timeframes, with a total delivery period of 300 days if a Government First Article Test is required, or 150 days without it. Interested vendors should note that this acquisition is not set aside for small businesses and will be evaluated based on price, delivery, past performance, and other factors. Proposals must be submitted via DIBBS or email, with the solicitation expected to be available on December 2, 2025. For further inquiries, contact Mindy Cook at mindy.cook@dla.mil or call 614-692-1798.
    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.
    SELECTOR CONTROL SUBASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the Selector Control Subassembly, which is integral to the ventilation and filtration systems of the Howitzer family of vehicles. This procurement involves a Firm Fixed Price supply contract for a total of 225 units over five years, with a guaranteed minimum of 3 units in the first year, and requires compliance with specific technical data packages controlled by HDT Expeditionary Systems. Interested contractors must submit their proposals by December 15, 2025, and are encouraged to contact David Edwards at david.edwards@dla.mil for further details regarding the solicitation and submission process.