Double Chamber Forging Furnace
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 is issuing a Presolicitation notice for the upcoming procurement of a Double Chamber Forging Furnace for the Rock Island Arsenal Joint Manufacturing & Technology Center (RIA-JMTC) in Illinois. This opportunity is designated as a Total Small Business Set-Aside. The formal solicitation is anticipated to be released on or about April 7, 2026. Responses to this presolicitation notice are due by April 6, 2026, at 4:00 PM ET.
Scope of Work
The upcoming solicitation will seek a front-loading, double chamber, two-door, stationary, electrically powered billet furnace. This furnace will be used to heat billets for forging operations at RIA-JMTC. Key technical requirements include:
- Capacity: Capable of heating 12 billets (4-inch diameter, 12-inch long, 50 lbs each) from room temperature to 2300°F in a maximum of 40 minutes.
- Temperature Control: Work zone temperature range of 1800°F - 2300°F with a maximum variance of +/- 25°F. Maximum temperature capability of at least 2500°F.
- Dimensions: Installed footprint not to exceed 17.5-ft wide by 13.5-ft deep. Must be shippable through a 12-ft wide by 12-ft high door.
- Standards: Compliance with SAE AMS 2750H (Class 5 or better, Type D instrumentation) and NFPA 86 (Class A ovens).
- Power: 480-V, 60-Hz, 3-Ph AC (delta configuration), with vendor-supplied power conditioner and transformer.
- Controls: Allen Bradley MicroLogix PLC (most current model) with a 10-inch color touch-screen HMI, Master Controller SSI 9205, and NEMA 12 rated controls.
- Safety: Emergency stop buttons, lockout provisions, controlled release of stored energy, fail-on brakes, and guarded controls.
- Documentation: Contractor must provide complete documentation packages and ensure Unique Identification (UID) registration compliance.
Contract & Timeline
- Opportunity Type: Presolicitation (for an upcoming Solicitation/RFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Anticipated Solicitation Release: On or about April 7, 2026
- Presolicitation Response Due: April 6, 2026, 4:00 PM ET
- Published Date: April 2, 2026
Submission & Evaluation (for the upcoming solicitation)
Contractors will be responsible for site inspections prior to bidding. Delivery of equipment is scheduled Monday-Thursday, 6:00 am - 12:00 pm, marked "ATTN: Mr. Robert Mcclure TARA-LGC". The contractor will be responsible for installation, set-up, and connection beyond the point of first utility connection, with RIA-JMTC providing utility connections. System Accuracy Test (SAT) and Initial Temperature Uniformity Survey (TUS) will be performed by RIA-JMTC. Final acceptance requires successful setup, performance testing, government inspection, training completion, and documentation delivery.
Additional Notes
Access to Rock Island Arsenal requires strict security compliance, including background checks and potential impacts from Force Protection Condition (FPCON) levels. Real ID identification will be required for entry starting May 7, 2025. The contractor must provide training for operators, programmers, and maintenance personnel. A service/repair capability with a 48-hour on-site response time is required.