ROLL BENDER
ID: W519TC25Q2267Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

MISCELLANEOUS SERVICE AND TRADE EQUIPMENT (3590)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command - Rock Island, is seeking proposals for a new Roll Bender to be utilized at the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The procurement aims to replace aging equipment with a hydraulically powered, electric motor-driven, three-roll initial pinch design roll bender that meets specific technical requirements, including a minimum roll length of 60 inches and a pre-bend capacity of 0.08 inches. This equipment is crucial for precise metal bending operations, ensuring compliance with safety and operational standards. Interested contractors must submit their proposals by November 18, 2025, at 10 AM CT, and can direct inquiries to Lynn Baker at lynn.d.baker8.civ@army.mil. All submissions must adhere to the updated solicitation requirements, including a comply/non-comply statement for technical evaluation.

    Point(s) of Contact
    Files
    Title
    Posted
    The Rock Island Arsenal (RIA) is seeking a new hydraulically powered, electric motor-driven, three-roll initial pinch design roll bender to replace aging equipment. The roll bender must meet specific design, safety, and operational standards, including a minimum 60-inch roll length, 0.08-inch pre-bend capacity, and a 1.5 Hp motor with a bending speed of at least 228 ipm. The equipment must comply with all federal, state, and local regulations and exclude hazardous materials. The contractor is responsible for delivery, installation, and providing comprehensive training for operators and maintenance personnel. Strict security protocols for accessing RIA, including background checks and antiterrorist measures, are mandatory. The contractor must also register the equipment in the IUID Registry prior to final payment. Final acceptance is contingent upon successful setup, performance testing, government inspection, and completion of all required training and documentation.
    This government purchase description outlines the requirements for a new roll bender at Rock Island Arsenal (RIA) to replace aging equipment. The roll bender must be a three-roll initial pinch, hydraulically powered, electric motor-driven system designed for precise metal bending. Key specifications include a minimum 60-inch roll length, 0.08-inch pre-bend capacity, and a 1.5 Hp motor providing 228 ipm bending speed. The equipment must be new, adhere to English-US units of measure, and include an ID data plate with manufacturer information for Unique Identification Program (UID) compliance. The contractor is responsible for delivery, installation, and providing all necessary labor and materials, with RIA handling facility utility connections at a single 'point of first connection.' Strict safety, security, and environmental standards apply, including OSHA compliance, emergency stop mechanisms, and exclusion of hazardous materials. Contractor personnel require background checks, anti-terrorism training, and adherence to RIA’s security protocols. Training for five operators and two maintenance personnel is mandatory, covering safe operation, troubleshooting, and preventive maintenance. The contractor must also provide verifiable service/repair capabilities, including telephone support, 48-hour on-site response, and availability of spare parts. Final acceptance is contingent upon successful setup, performance testing, government inspection, completed training, and delivery of documentation.
    The document outlines a Request for Proposal (RFP) from the Rock Island Arsenal for a replacement roll bender, aimed at updating aging equipment used for bending metal into arcs. The specification emphasizes the machine’s design, safety standards, utility requirements, and installation protocols. Key requirements include adherence to military and safety regulations, such as security protocols for contractor personnel, compliance with environmental laws, and detailed operational training for RIA staff. Essential features of the roll bender include a three-roll pinch design with hydraulic power, specific dimensions for shipping and installation, and a variety of operational controls. The contractor is responsible for all setup, including labor and any necessary utility connections, while RIA will handle certain utility provisions. The contractor must deliver the machine, ensure proper training for operators, and maintain a service response capability. Overall, this document serves as a comprehensive guide for potential vendors, ensuring compliance with operational standards, safety regulations, and proper training, affirming the government’s commitment to modernization and effective operations while prioritizing functionality and safety.
    This document outlines the data requirements for a Roll Bender system, categorized into five main items: Installation and Preparation Documentation, Maintenance Manual, Operator Manual, Environmental Compliance Data, and Pre-Shipment Testing Report. The contractor must provide various sub-documents, including equipment characteristics, installation drawings, schematics (electrical, hydraulic, water piping), tool lists, equipment identification, safety lockout procedures, preventive maintenance schedules, and Safety Data Sheets (SDS) with a chemical list. Most electronic documents are required 60 days prior to delivery, with some due 30 days post-award or 30 days pre-delivery. Hard copies of manuals are also required at delivery. All documentation is to be submitted to the Rock Island Arsenal, ATTN: TARA-LGC, Drew Canada.
    The document outlines the contract data requirements for the acquisition of a Roll Bender system, detailing necessary installation and preparation documentation. The contractor must provide various data items, including equipment characteristics, installation drawings, operation manuals, maintenance procedures, safety protocols, and schematic diagrams. Key submissions include installation documentation, schematic layouts for hydraulic and water piping systems, maintenance manuals covering safety and preventive measures, and environmental compliance data, such as Safety Data Sheets (SDS) and a chemical list. Each document must be submitted in specified formats and within designated timeframes (e.g., 60 days prior to equipment delivery). The objective of these requirements is to ensure the successful installation, operation, and maintenance of the equipment, aligned with safety, regulatory compliance, and operational standards. The process emphasizes clear communication between the contractor and the Rock Island Arsenal, ensuring that the necessary documentation supports the effective management and utilization of the equipment. This structured approach reflects standard practices in federal and state procurement processes, ensuring accountability and thorough oversight in equipment-related contracts.
    Solicitation Amendment 1, W519TC25P2267, issued by the ARMY CONTRACTING COMMAND - ROCK ISLAND, modifies the original solicitation dated April 22, 2025. The primary purpose of this amendment is to extend the closing date for offers to June 3, 2025, at 10:00 AM CT. All other terms and conditions of the initial solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning one copy, acknowledging it on each offer copy, or sending a separate letter or telegram referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the new deadline may result in the rejection of offers.
    This document is an amendment to Solicitation Number W519TC25P2267, issued by the ARMY CONTRACTING COMMAND - ROCK ISLAND, with an effective date of November 12, 2025. The amendment, number U0010, makes two key changes to the original solicitation dated April 22, 2025. First, it revises the technical evaluation requirement, replacing the submission of the entire RIPD with a comply/non-comply response. Contractors indicating non-compliance must provide an explanation for evaluation. Second, the closing date for the solicitation has been extended to November 18, 2025, at 10 AM CT, changing from the previous deadline of October 28, 2025. All other terms and conditions of the solicitation remain unchanged. The amendment also reiterates that all technical requirements, including comply/non-comply statements, equipment brochures, past performance, and warranty information, must be submitted with the quote package. Only technically acceptable submissions will be considered for price evaluation, and previous submissions will not be considered, requiring new packages to be submitted.
    Solicitation Amendment 2 for W519TC25P2267 extends the closing date for offers to June 16, 2025, at 10 AM CT. This amendment focuses on the procurement of a Roll Bender for the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC), following FAR Part 12 and Part 13. The Army Contracting Command – Rock Island (ACC-RI) will use a Lowest Price Technically Acceptable (LPTA) source selection, awarding a single Firm Fixed Price (FFP) purchase order. Quotes must be emailed, include country of origin information for Buy American Act compliance, and be valid for 120 days. Technical evaluation factors include experience, RIPD compliance, equipment identification, and warranty. Deliveries are to RIA-JMTC, Monday-Friday, 6:30 AM to 2:00 PM CT, with electronic invoicing via WAWF. Contractors are advised to ensure complete proposals and adhere to strict delivery and installation access requirements.
    Solicitation Amendment 3 for W519TC25P2267 extends the closing date to July 3, 2025, for the procurement of a Roll Bender at Rock Island Arsenal. The Army Contracting Command – Rock Island (ACC-RI) is seeking quotes for a Firm Fixed Price (FFP) purchase order, utilizing a Lowest Price Technically Acceptable (LPTA) source selection process. Quotes must be submitted via email to the Contract Specialist by 10 AM Central Time on July 3, 2025. Technical proposals will be evaluated based on four subfactors: Experience (3-years of similar equipment supply, published data, and two references), RIPD Compliance Statement, Equipment Identification (manufacturer and model number), and a minimum one-year warranty for parts and labor. Only technically acceptable offers will be evaluated on price. Foreign acquisitions, specifically Buy American, apply, requiring country of origin for each CLIN. Delivery is 30 days after contract award, and all shipments must go to the Rock Island Arsenal Joint Manufacturing and Technology Center, with specific receiving hours. Payment will be processed electronically via WAWF.
    Solicitation Amendment 5 for W519TC25P2267 extends the closing date for offers to September 5, 2025, at 10 AM CT, and replaces the RIPD E4000-25-3-09 document with a revised version dated August 28, 2025. All other terms and conditions remain unchanged. Offerors must submit a new, complete package, including all technical requirements detailed in the solicitation narrative, explicitly marked as compliant or non-compliant for each paragraph. Previous submissions will not be considered. Only technically acceptable offers will proceed to price review to determine the lowest technically acceptable contractor. All amendments must be acknowledged with the submission.
    This document, Amendment 6 to Solicitation W519TC25P2267, issued by ARMY CONTRACTING COMMAND - ROCK ISLAND, extends the closing date for offers to September 23, 2025, at 10:00 AM CT. All other terms and conditions of the original solicitation remain unchanged. The amendment emphasizes that all technical requirements, including comply/non-comply statements on the most recent RIPD document (A02 RIPD E400-25-3-09 ROLL BENDER (R2) 08282025) and past performance information with references, must be submitted with the quote package. Only technically acceptable submissions will be considered for price evaluation. Contractors who previously submitted a package must submit a new, complete package for consideration, as prior submissions will not be reviewed. Additionally, all amendments must be acknowledged in the submission package.
    This government solicitation, W519TC25P2267, issued by the Army Contracting Command – Rock Island (ACC-RI), seeks a Roll Bender for the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The acquisition is a full and open competition under NAICS code 333310, utilizing a Lowest Price Technically Acceptable (LPTA) source selection process. Proposals are due by April 30, 2025, at 10:00 AM Central Time and must be submitted via email. Key evaluation factors include technical acceptability (experience, RIPD compliance, equipment identification, and warranty) and price, with a strong emphasis on "Buy American" provisions. The successful contractor will be awarded a Firm Fixed Price (FFP) purchase order, including installation, training, warranty, and FOB destination shipping. Delivery is required by June 6, 2025, to the Rock Island Arsenal, and electronic invoicing through WAWF is mandatory. Contractors must ensure compliance with all solicitation requirements, including providing detailed technical information, country of origin for each CLIN, and adhering to installation access procedures.
    The Army Contracting Command – Rock Island has issued solicitation W519TC25P2267 for the procurement of a Roll Bender at the Rock Island Arsenal. This request is governed by Federal Acquisition Regulation (FAR) Parts 12 and 13, aiming for full and open competition under NAICS code 333310. Proposals are due by April 30, 2025, at 10 AM Central Time, with quotes required to be submitted via email to the designated Contract Specialist. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, with an award planned for one Firm Fixed Price (FFP) order. Technical acceptability will be assessed based on four key subfactors: experience, compliance with the Rock Island Purchase Description (RIPD), equipment identification, and warranty terms. Contractors must ensure all submissions adhere to the specified requirements, providing clear evidence of past performance and compliance statements. Proposals will be evaluated for price after achieving technical acceptability, with early delivery encouraged. All deliveries must be made to specific governmental addresses following strict guidelines, and payment will proceed via electronic invoice submissions. The contractor also has an obligation to ensure visitor access to the facility for any personnel involved in the delivery or installation processes.
    This document is an amendment to a solicitation for a government contract, specifically identified as Solicitation Amendment 1 for contract W519TC25P2267. The primary purpose of this amendment is to extend the closing date for submissions to June 3, 2025, at 10 AM Central Time. All other terms and conditions outlined in the original solicitation remain unchanged. The amendment stipulates that contractors must acknowledge receipt of this amendment in their submissions to avoid rejection of their offers. The document is signed by the contracting officer from the Army Contracting Command – Rock Island and reaffirms the rules regarding modifications to and acknowledgments of the solicitation. This structured amendment process ensures compliance and clarity for potential bidders within federal, state, and local contracting frameworks.
    The document outlines the amendment of solicitation W519TC25Q2267 by the Army Contracting Command - Rock Island for the procurement of a Roll Bender at the Rock Island Arsenal. Key changes include the extension of the closing date to June 16, 2025, at 10 AM CT, and an emphasis on compliance with the Buy American Act. Quotes must be submitted via email by the new closing date to be considered. The selection process will follow Lowest Price Technically Acceptable (LPTA) criteria, and contractors are required to provide evidence of past experience, compliance with the provided specifications (RIPD), equipment identification, and warranty terms. All submissions will be evaluated based on technical acceptability and price, focusing solely on the best overall value to the government. The document also details delivery, packaging, and visitor access requirements for contractors at the Rock Island Arsenal, emphasizing the criticality of adherence to the delivery schedule. The amendment underscores the importance of accurate and compliant proposals, ensuring submissions meet government standards and facilitate a successful procurement process.
    The document is an amendment to the solicitation W519TC25Q2267 for the procurement of a Roll Bender at Rock Island Arsenal. Its primary purpose is to extend the submission deadline for quotes to July 3, 2025. All other terms and conditions remain unchanged, emphasizing that only technically acceptable proposals will progress to price evaluation. The submission must include technical requirements outlined in the solicitation narrative, along with a compliance statement and necessary documentation evidencing past experience and equipment identification. The Army Contracting Command plans to award a Firm Fixed Price (FFP) purchase order based on the Lowest Price Technically Acceptable (LPTA) criteria. Evaluations will focus on technical factors rated as acceptable or unacceptable, and the quotes must be valid for 120 days. The document also includes specific guidance on delivery logistics, payment procedures through the Defense Finance and Accounting System, and visitor access requirements to the Rock Island facilities. Overall, the amendment aims to facilitate a streamlined bidding process while ensuring compliance with government regulations and technical specifications.
    Lifecycle
    Title
    Type
    ROLL BENDER
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    Watervliet Arsenal - Sheet Metal Shear
    Dept Of Defense
    The Department of Defense, specifically the Army's Watervliet Arsenal, is seeking proposals from qualified small businesses to supply a hydraulic sheet metal shear. The procurement involves one unit of a hydraulic shear with a shearing length of 52 inches, requiring a 3-phase 220V, 15HP power supply, with specifications matching Baileigh Industrial Holdings Part BA9-1007087 or an equivalent product. This equipment is crucial for the arsenal's manufacturing operations, emphasizing the importance of quality and timely delivery, as past performance will significantly influence the evaluation process. Interested vendors must submit their quotes electronically and adhere to various compliance requirements, including security policies and reporting obligations, with inquiries directed to Stephanie Webster at stephanie.a.webster8.civ@army.mil or by phone at 518-266-4368.
    Customized Machine Base for Cannon Manufacturing Process Equipment for the Watervliet Arsenal
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is soliciting bids for a customized machine base designed for cannon manufacturing process equipment. This procurement requires the design, fabrication, installation, and training for a machine base capable of handling large workpieces, with specific dimensions and operational capabilities outlined in the Statement of Work. The machine base is critical for enhancing the manufacturing process of artillery systems, ensuring operational efficiency and precision. Proposals are due by December 16, 2025, and interested parties are encouraged to attend a site visit on December 15, 2025, to gain further insights into the project requirements; RSVP is required. For inquiries, contact Amanda Robinson at amanda.p.robinson2.civ@army.mil or 518-266-4931.
    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.
    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.
    Aluminum Round Bar
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting bids for a three-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply of 6061T6 Aluminum Round Bars, specifically 12 inches in diameter and 7 feet long, to support the M48A1 Large Filter Production at Pine Bluff Arsenal. The procurement requires a minimum of 40 and a maximum of 420 units, adhering to strict material standards including AMS-QQ-A-200/8 and ASTM-B221, with no drawings required as specifications are detailed in the attached product description. This contract is crucial for ensuring the availability of high-quality aluminum components necessary for military applications. Interested small businesses must submit their quotes, including the required price matrix and product description, by December 15, 2025, at 3:00 PM CST, to the primary contacts Heather Johns and Bethany Carbajal.
    47--TUBE,BENT,METALLIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of bent metallic tubes, specifically NSN 4710009066674, under a Combined Synopsis/Solicitation notice. The contract will involve an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated minimum of one order per year and a delivery requirement of six units within 77 days after order placement. These items are critical for various military applications and will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    39--CABLE ROLLER ASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 10 Cable Roller Assemblies, identified by NSN 7H-3950-015088294. This acquisition is critical as it involves specialized equipment categorized under winches, hoists, cranes, and derricks, which are essential for various military operations. The contract is set aside exclusively for small business concerns, and interested parties are encouraged to submit their capabilities within 45 days of this notice, with the understanding that the Government may choose not to compete based on the responses received. For further inquiries, potential bidders can contact Ryan M. Powell at (717) 605-8198 or via email at RYAN.M.POWELL22.CIV@US.NAVY.MIL.
    53--ROLLER BED BRACKET,
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 29 Roller Bed Brackets (NSN 5340-20-004-2302). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated nine orders per year and a guaranteed minimum quantity of four. The Roller Bed Brackets are critical components used in various military applications, and items will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    47--TUBE,BENT,METALLIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 133 units of a metallic bent tube, identified by NSN 4710003698772. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with a guaranteed minimum quantity of 19 units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in supporting military logistics. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS portal.
    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.