Artillery / M109 Gun Mount / Copper Alloy
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, Army Contracting Command-Rock Island (ACC-RI), has re-opened solicitation W519TC26QA059 for the procurement of Copper Alloy in support of the Joint Manufacturing and Technology Center (RIA-JMTC). This is a Total Small Business Set-Aside for a Firm-Fixed-Price contract. An amendment (0001) has revised provisions and clauses, and extended the deadline. Initial and revised quotes are due by February 17, 2026, at 1000 Central Time.
Purpose & Scope
This solicitation seeks qualified vendors to supply specific Copper Alloys for the Rock Island Arsenal - Joint Manufacturing and Technology Center. The requirement includes various forms and sizes of Copper Aluminum Alloy, UNS No C63000, with specific temper and ASTM B150 specifications. The government intends to award a single Firm-Fixed-Price (FFP) contract to the responsive, responsible offeror with the lowest total price.
Key Requirements & Deliverables
The procurement includes:
- Copper Alloys: Bar, Round, Copper Aluminum Alloy, UNS No C63000 (O25, 026, Standard strength, Annealed) in specified diameters and lengths (e.g., 4.00 inch diameter x 12 foot random length, 3.75 inch diameter).
- Documentation: A Certificate of Conformance and Certified Test Report are required with each shipment. A Packing List must also be included.
- Packaging & Delivery: Material must be delivered on a flatbed truck, securely banded to a pallet/skid, and labeled with easy-to-read tags. Loads with multiple heat numbers must be palletized and separated.
- Quantity Variation: A "Variation in Quantity" clause allows a permissible variation of +/- 5% for CLIN 0001, applicable only to conditions of loading, shipping, packing, or manufacturing allowances.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 9530 - Bars And Rods, Nonferrous Base Metal
- Period of Performance: Not explicitly stated, but delivery dates are specified.
Submission & Evaluation
- Submission: Proposals (quotes) must be sent electronically to Lisa Digney (lisa.m.digney.civ@army.mil), Austin Brasel (austin.c.brasel.civ@army.mil), and Joe Rivard (lynn.j.rivard3.civ@army.mil).
- Evaluation: Award will be based on the lowest total price from a responsive, responsible offeror.
- Amendment Impact: Amendment 0001 reopens the solicitation for initial and revised quotes and revises provisions and clauses due to the Revolutionary FAR Overhaul.
Important Dates & Logistics
- Quote Due Date: Tuesday, February 17, 2026, at 1000 Central Time.
- Delivery Due Dates: June 9, 2026, for CLIN 0001 and CLIN 0002; June 23, 2026, for CLIN 0003. Early delivery is acceptable.
- Payment: Via Defense Finance and Accounting Service (DFAS) in accordance with DFARS 252.232-7006 Wide Area Workflow Payment Instructions.
- Shipping/Delivery Instructions: The complete Purchase Order Number (W519TC-26-P-XXXX) must be on the shipping container and all related documents. Deliveries to RIA-JMTC must adhere to specific receiving hours (Monday-Friday, 6:30 am - 2:00 pm CT) and entry procedures (Moline Gate, IL). Visitors, including transportation and freight services, must pre-register for access passes at least three business days in advance.