CSR STEEL
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), is soliciting for CRS Steel to support the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC) in Rock Island, IL. This is an unrestricted Firm Fixed Price (FFP) purchase order, with award intended for the lowest priced, responsive, and responsible contractor. Quotes are due by May 7, 2026, at 10:00 AM.
Scope of Work
The requirement is for CRS Steel, specifically .08 x 36 x 144 weldable, chromium-nickel-copper-molybdenum precipitation hardening corrosion resisting sheet, strip, and plate in the cold rolled softened condition. The material must meet the requirements of British DEF STAN 95-16/4 Annex B. A Certificate of Conformance and Certified Test Report are required with the delivery of all items.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) purchase order.
- Set-Aside: Unrestricted.
- NAICS Code: 331110 (Steel Rolling Mills) with a 500-employee size standard.
- Response Due: May 7, 2026, 10:00 AM (Central Time).
- Published Date: April 29, 2026.
- Place of Performance: Rock Island Arsenal, IL 61299, United States.
Submission & Evaluation
Vendors must submit quotes that include delivery to Rock Island Arsenal, IL 61299. Proposed unit prices are limited to two decimal places. The government intends to evaluate proposals and issue an award without discussions, except for clarifications. Artificial Intelligence (AI) tools may be used to support proposal evaluation, but final judgments will remain with government personnel.
Eligibility & Requirements
- Vendors must be fully certified in the Joint Certification Program (JCP).
- Drawings must be requested via the link in the attachments section of the solicitation on WWW.SAM.GOV.
- A signed DD Form 2345 must be forwarded to JOHN.E.JACOBSEN16.CIV@ARMY.MIL.
- Clause 52.219-4 (Notice of Price Evaluation Preference for HUBZone Small Business Concerns) is included.
Additional Notes
Early delivery is acceptable at no cost to the Government. Invoicing shall be processed via the Wide Area Work Flow (WAWF) system. The solicitation includes Option CLIN 0002, which the government is not obligated to exercise.
Contact Information
Primary Point of Contact: JOHN JACOBSEN, JOHN.E.JACOBSEN16.CIV@ARMY.MIL.