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.