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
    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.
    Hydraulic Supplies and Hardware
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Rock Island (ACC-RI), is seeking qualified vendors to provide hydraulic supplies and hardware for the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The procurement includes various hydraulic pump supply tubes, pressure tubes, hoses, and bulkhead locknuts, with a firm-fixed-price contract awarded to the lowest-priced, responsive, and responsible contractor. These hydraulic components are critical for maintaining and enhancing the operational capabilities of military equipment. Quotes are due by 6 PM CST on December 12, 2025, and must include shipping to Rock Island Arsenal, IL, with payment processed via Wide Area Workflow (WAWF). Interested parties can contact Andrew Owens at andrew.m.owens16.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further information.
    Watervliet Arsenal - Sheet Metal Shear
    Buyer not available
    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
    Buyer not available
    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. The procurement involves the design, fabrication, installation, and training for a machine base that can accommodate workpieces of significant dimensions and weight, with specific requirements outlined in the Statement of Work. This machine base is critical for enhancing the manufacturing capabilities at the Watervliet Arsenal, ensuring precision and efficiency in cannon production. Interested contractors must submit their proposals by December 8, 2025, and can direct inquiries to Amanda Robinson at amanda.p.robinson2.civ@army.mil or by phone at 518-266-4931.
    Pipe Fittings
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Rock Island, is seeking proposals from qualified small businesses for the procurement of pipe fittings to support operations at the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The solicitation, designated W519TC-26-Q-A021, requires the supply of various brass pipe fittings and high-pressure hose assemblies for Argon, Acetylene, and Oxygen gases, with specific quantities outlined in the solicitation documents. This procurement is critical for ensuring the operational readiness and efficiency of the Arsenal's manufacturing capabilities. Interested contractors must submit their quotes by 6 PM CST on December 12, 2025, with a required delivery date of January 30, 2026, and are encouraged to contact Andrew Owens or John Jacobsen for further inquiries.
    PROJECT CM25265004
    Buyer not available
    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.
    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.
    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).
    Various Gages
    Buyer not available
    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.
    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.