Various Gages
ID: W519TC26QA011Type: Solicitation
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

INSPECTION GAGES AND PRECISION LAYOUT TOOLS (5220)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command-Rock Island (ACC-RI), is soliciting offers for the procurement of various gages to support operations at the Rock Island Arsenal - Joint Manufacturing and Technology Center. This solicitation, originally set as a 100% Small Business set-aside, has been amended to remove that restriction, allowing unrestricted participation, and now requires offerors to have an approved DD Form 2345 to access controlled technical drawings. The government intends to award a firm-fixed-price contract to the lowest-priced, compliant offeror, with the closing date for submissions extended to December 8, 2025, at 10:00 a.m. Central Time. Interested parties can reach out to Lisa Digney at lisa.m.digney.civ@army.mil or Joe Rivard at lynn.j.rivard3.civ@army.mil for further information.

    Files
    Title
    Posted
    This government solicitation (W519TC-26-Q-A011) from the Army Contracting Command-Rock Island (ACC-RI) is a 100% Small Business set-aside for the procurement of various gages to support the Rock Island Arsenal - Joint Manufacturing and Technology Center. The solicitation is a Request for Quote (RFQ) seeking firm-fixed-price offers, with quotes due by October 28, 2025, at 10:00 a.m. Central Time. Delivery of the gages is required within 12 weeks of the contract award. Contractors must have an approved DD Form 2345 (Militarily Critical Technical Data Agreement) to access the controlled technical drawings. Payment will be processed through the Wide Area WorkFlow (WAWF) system, and specific shipping and delivery instructions, including visitor access requirements for Rock Island Arsenal, are detailed. The document also outlines numerous FAR and DFARS clauses applicable to the contract, covering aspects like unique item identification, payment instructions, and various socio-economic and ethical compliance requirements.
    This document, Amendment 0001 to solicitation W519TC-26-Q-A011, outlines changes and instructions for the procurement of various gages for the Rock Island Arsenal - Joint Manufacturing and Technology Center. The key changes include extending the offer closing date to November 5, 2025, at 10:00 a.m. Central Time, and correcting specific clauses within DFARS 252.232-7006 regarding document types and points of contact for Wide Area WorkFlow (WAWF) payment instructions. This solicitation is a 100% Small Business set-aside under NAICS 333515 and is issued in accordance with FAR Parts 12 and 13. Contractors must have an approved DD Form 2345 for access to Controlled Technical Data (drawings). The Government intends to make a firm-fixed-price award to the lowest-priced, responsive, and responsible offeror. The document also details shipping, delivery, and Rock Island Arsenal visitor access requirements, emphasizing pre-registration and proper identification for all visitors and drivers. Payment will be made via DFAS using WAWF, with specific instructions for document submission and routing data. Contact information for government points of contact is provided for clarification regarding the solicitation and WAWF. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0003 to solicitation W519TC-26-Q-A011, issued by the Army Contracting Command-Rock Island (ACC-RI), procures various gauges for the Rock Island Arsenal. This amendment extends the solicitation closing date to December 8, 2025, and reopens it for initial and revised quotes. It removes the 100% Small Business Set-Aside restriction, making the solicitation unrestricted. Offerors must now have a Data Custodian with an approved DD Form 2345 to access controlled technical drawings. The document also incorporates numerous FAR and DFARS clauses, including updates to various regulations concerning business ethics, labor standards, environmental protection, and supply chain security. Previous amendments extended the closing date and corrected DFARS clause references. The Government intends to award a firm-fixed-price contract to the lowest-priced, compliant offeror.
    This document, Amendment 0002 to solicitation W519TC-26-Q-A011, outlines changes and instructions for a federal procurement of various gages for the Rock Island Arsenal. The solicitation is a 100% Small Business set-aside under NAICS 333515. Key updates include extending the closing date for offers to November 12, 2025, at 10:00 a.m. Central Time, and revising DFARS clause 252.232-7006 regarding document types and points of contact. It also details requirements for obtaining Controlled Technical Data drawings, which necessitate an approved DD Form 2345. Award will be a firm-fixed-price to the lowest-priced, compliant offeror. The document specifies delivery instructions, receiving hours, and critical visitor access requirements for the Rock Island Arsenal, emphasizing pre-registration and proper identification for all personnel, including transportation services. Quotes are to be submitted electronically to the designated Contracting Officer and Contract Specialists.
    Lifecycle
    Title
    Type
    Various Gages
    Currently viewing
    Solicitation
    Similar Opportunities
    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).
    Hexagon Metrology Inspection Arm
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Rock Island, is soliciting quotes for the procurement of a Hexagon Metrology Inspection Arm to support operations at the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The contract will involve the purchase of a Hexagon 83 series v3, 6-Axis Absolute inspection arm system, which is critical for precision measurement and quality assurance in manufacturing processes. This acquisition is intended to enhance the capabilities of the facility, ensuring compliance with federal and local regulations while maintaining high standards of safety and security. Quotes are due by December 9, 2025, at 10:00 AM Central time, and interested parties can contact Brandy Huesmann at brandy.m.huesmann.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further information.
    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.
    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.
    Aluminum Round Bar
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting bids for the procurement of 6061T6 Aluminum Round Bar, specifically 12 inches in diameter and 84 inches long, for use in the M48A1 Large Filter Production at Pine Bluff Arsenal. The contract will be a three-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, requiring a minimum of 40 and a maximum of 420 units, with strict adherence to material standards including AMS-QQ-200/8 and ASTM-B221. This procurement is critical for manufacturing parts essential to Army operations, and interested small businesses must submit their quotes by 3:00 PM CST on December 15, 2025, to the designated contacts, Heather Johns and Bethany Carbajal. A Certificate of Conformance is required for each order, and payment will be processed via Wide Area WorkFlow (WAWF).
    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.
    Radial Play Machine for Large Bearings
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at the Corpus Christi Army Depot (CCAD), is seeking information regarding the procurement of a Radial Play Measurement Machine for Large Bearings. This acquisition aims to replace aging machines that are frequently breaking down, necessitating a reliable and accurate solution for measuring large bearings with an outer diameter range of 6-23 inches and an inner diameter range of 5-15 inches. The contractor will be responsible for providing a turn-key installation, including all necessary equipment, technical data, and compliance with environmental and safety standards, with a completion timeline of 18 months. Interested parties must submit their responses to the Request for Information (RFI) by December 10, 2025, at 11:00 AM CST, to Edward Chilson at edward.a.chilson.civ@army.mil, and proprietary information must be clearly marked.
    Sources Sought_M2A2 Aiming Circle
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is conducting a Sources Sought notice to identify qualified contractors for the production of the M2A2 Aiming Circle, NSN: 6675-01-067-0687. This market survey aims to assess the interest and capabilities of potential offerors, both small and large, in manufacturing this critical field surveying set, which plays a vital role in military operations. Interested vendors must respond via email to Ryan Nawrocki or Pamela Cunha by December 18, 2025, at 11:59 PM EST, providing detailed information about their manufacturing capabilities, experience, and compliance with necessary certifications, including the DD 2345 certification for accessing the associated Technical Data Package. Responses are voluntary and should clearly mark any proprietary information.
    Accumulator, Replenisher System
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Rock Island (ACC-RI), is seeking quotes for the procurement of Accumulator Replenisher Systems, with a firm-fixed-price contract to be awarded to the lowest-priced, responsive, and responsible vendor. This solicitation is a brand name buy restricted to Parker Hannifin and requires compliance with various federal regulations, including electronic invoicing via Wide Area Workflow (WAWF) and a Certificate of Conformance. The Accumulator Replenisher Systems are critical components for military operations, ensuring the efficient replenishment of accumulators used in various applications. Quotes are due by 6 PM CST on December 9, 2025, and interested vendors should contact Andrew Owens at andrew.m.owens16.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL 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.