Cradle Assy Howit Tubes
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, specifically the Rock Island Arsenal, is soliciting proposals for the manufacturing of Cradle Assy Howit Tubes. This UNRESTRICTED opportunity seeks a contractor to produce two distinct hydraulic bent tube configurations, including Tube Assembly, Bleeder, Buffer Cylinder (NIIN 002353467) and Tube, Bleeder, Buffer Cylinder (NIIN 001269948). The Government intends to make a Firm Fixed-Price (FFP) award to the lowest priced, responsive, and responsible vendor. Quotes are due by May 18, 2026, at 6:00 PM ET.
Scope of Work
The contractor will be responsible for furnishing all labor, equipment, and facilities required for the manufacturing, inspection, and delivery of the specified hydraulic tube assemblies. This includes strict adherence to all requirements, specifications, and callouts detailed in associated government drawings (Attachments 0001-0004). The place of performance will be the contractor's facility.
Contract Details & Requirements
- Contract Type: Firm Fixed-Price (FFP).
- Set-Aside: Unrestricted.
- Product Service Code: 4710 (Pipe, Tube And Rigid Tubing).
- Period of Performance: Initial orders are due no later than 30 days after receipt of order (ARO). Base and option periods will be specified at award.
- Payment: Via Wide Area Work Flow (WAWF).
- Deliverables:
- Certificate of Conformance (CoC) is required.
- Certified Test Report (CTR) is required.
- First Article Test (FAT) is required, with specific procedures for notification, submission, and government review outlined in Attachment 0007. All FAT costs are borne by the contractor.
- Quality Assurance: A robust Quality Control (QC) system is mandatory, including 100% inspection of critical dimensions. Adherence to MIL-STD-1916 and MIL-W-63150, as detailed in Attachment 0006 (QAP 13101232.pdf), is required.
- Government Furnished Property (GFP): The Government will provide Copper Brazed Steel Tubing (per SAE J527) and Elbow, Buffer Cylinder (P/N: 11619662).
Contractor Qualifications
Bidders must demonstrate a minimum of five (5) years of experience in precision hydraulic tube manufacturing, possess current ISO 9001 certification, and have proven experience with specified materials. AS9100 certification is highly preferred.
Submission & Evaluation
- Quote Due Date: May 18, 2026, at 6:00 PM ET.
- Evaluation Criteria: Award will be based on the lowest priced, responsive, and responsible vendor whose quote conforms to RFQ requirements and represents the lowest total evaluated price. Discussions are not anticipated, but clarifications may be sought.
- Quote Validity: Quotes must remain valid for 60 calendar days after submission.
- Shipping: Quotes must include shipping costs to Rock Island Arsenal, IL 61299.
- Access: Safety and security requirements for access to Rock Island Arsenal are detailed in the solicitation.
Points of Contact
- Primary: Andrew Owens (andrew.m.owens16.civ@army.mil)
- Secondary: Sophia Muckenfuss (SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL)