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 (Rock Island Arsenal) is soliciting quotes for the manufacturing of Cradle Assy Howit Tubes, specifically two hydraulic bent tube configurations. This is an Unrestricted Firm Fixed-Price (FFP) contract, with award going to the lowest priced, responsive, and responsible vendor. Quotes are due by May 18, 2026, at 6:00 PM ET.
Scope of Work
This opportunity requires the manufacture of two distinct hydraulic bent tube configurations:
- Tube Assembly, Bleeder, Buffer Cylinder (NIIN 002353467) per Drawing 11619664.
- Tube, Bleeder, Buffer Cylinder (NIIN 001269948) per Drawing 11619659. The contractor must furnish all labor, equipment, and facilities for manufacturing, inspection, and delivery, adhering strictly to government drawings, the Statement of Work (SOW), and Quality Assurance Provisions (QAP). Key performance standards include 95% on-time delivery, a quality defect rate not exceeding 0.5%, and 100% manufacturing accuracy.
Key Requirements & Deliverables
- First Article Test (FAT): Contractor testing is required, with a test report due within 90 calendar days from the contract date to RIA-JMTC. The Contracting Officer has 15 days for review. All FAT costs are borne by the contractor.
- Quality Assurance: A robust Quality Control (QC) system, including 100% inspection of critical dimensions, is mandatory. Compliance with MIL-STD-1916 and MIL-W-63150 is specified in the QAP.
- Documentation: A detailed Inspection Report, a signed Certificate of Conformance (CoC), and Certified Test Reports (CTR) are required for all deliveries.
- Contractor Qualifications: Bidders should have a minimum of five years' experience in precision hydraulic tube manufacturing, current ISO 9001 certification, and demonstrated experience with specified materials. AS9100 certification is highly preferred.
- Government Furnished Property (GFP): The Government will provide Copper Brazed Steel Tubing (per SAE J527) and Elbow, Buffer Cylinder (P/N: 11619662).
Contract Details & Submission
- Contract Type: Firm Fixed-Price (FFP).
- Set-Aside: Unrestricted.
- NAICS Code: 331210 (Pipe, Tube And Rigid Tubing).
- Place of Performance: Contractor's facility, with shipping to Rock Island Arsenal, IL 61299.
- Payment: Via Wide Area Work Flow (WAWF).
- Evaluation: Award will be made to the lowest priced, responsive, and responsible vendor whose quote conforms to RFQ requirements. Discussions are not anticipated.
- Quote Validity: Quotes must be valid for 60 calendar days after submission.
- Response Due: May 18, 2026, 6:00 PM ET.
Contact Information
Primary Point of Contact: Andrew Owens (andrew.m.owens16.civ@army.mil). Secondary Point of Contact: Sophia Muckenfuss (SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL). Program Manager (SOW): Cindy K. Jepsen (cindy.k.jepsen.civ@army.mil).