LGC 25-3-14 Weld Ventilation B2
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 U.S. Army Contracting Command-Rock Island (ACC-RI) is conducting market research through a Sources Sought notice for the purchase and installation of a Weld Ventilation System (LGC 25-3-14 Weld Ventilation B2) at Rock Island Arsenal, IL. This is not a solicitation but aims to identify potential qualified sources for the Joint Manufacturing and Technology Center (JMTC). Responses are due by April 20, 2026.
Scope of Work
The requirement is for an ambient weld ventilation system to be installed in Building 299, Zone 8, designed to accommodate up to 12 weld booths. Key system specifications include:
- System Design: Standalone filtering units providing approximately 10 air exchanges per hour, each with 5,000 CFM capability and a single 3HP Motor/Blower.
- Filtration: Self-cleaning filters rated for weld particulate, with velocity, differential pressure, filter status, compressed air, and temperature sensors.
- Safety Features: Spark arrester and a 25hp blower for system cleanout, including a silencer.
- Dust Collection: Vertical downflow dust collector with cartridge filters, expelling to a 55-gallon drum.
- Controls: Overarching control system for diagnostics, cleaning cycles, and interface display of operational status.
- Installation & Support: The contractor will be responsible for site preparation, installation, set-up, connection beyond utility points, shipping to Rock Island Arsenal, and providing training for operators, programming, and maintenance personnel. A verifiable service/repair capability with 48-hour on-site response and stocked parts is required.
Contract & Timeline
- Type: Sources Sought / Market Research
- Product Service Code: 3695 (Miscellaneous Special Industry Machinery)
- NAICS Code: 238190 (Other Foundation, Structure, and Building Exterior Contractors)
- Set-Aside: None specified
- Response Due: April 20, 2026, 11:00 A.M. CST
- Published: April 7, 2026
- Place of Performance: Rock Island, IL
Information Requested
Interested vendors should submit capability statements addressing:
- Vendor's Size Standard, DUNS Number, EUI, and Cage Code.
- Confirmation of at least 3 years of experience manufacturing this type of equipment.
- Manufacturer and model number of the equipment offered. Statements should align with the requirements outlined in the DRAFT Purchase Description (Attachment 0001).
Additional Notes
This notice is for planning purposes only and does not obligate the Government to an eventual acquisition. Responses will inform the acquisition strategy. Vendors are responsible for all expenses incurred in preparing their submissions. Personnel accessing the installation will be subject to security requirements.