Optical Emissions Spectrometer
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), has issued a solicitation (W519TC26QA109) for Optical Emissions Spectrometers. This unrestricted opportunity seeks two OES systems for the Rock Island Arsenal - Joint Manufacturing and Technology Center (RIA-JMTC) to replace existing equipment and analyze material elemental composition. Proposals are due April 10, 2026, at 2:00 PM (local time).
Scope of Work
The requirement is for two Optical Emissions Spectrometers: one lab model (SPECTROLAB S or equivalent) and one foundry model (SPECTROMAXx Advanced or equivalent). The foundry unit must provide real-time results during material pours. Key deliverables include:
- Two OES systems with specified software (Spark Analyzer Pro or equivalent), PCs, monitors, argon regulators, and specific analytical programs/matrices. The foundry unit requires a Hydrogen, Oxygen, and Nitrogen (HON) option and argon cleaning.
- Contractor-provided installation, including labor, materials, and tools, with RIA connecting utilities to the first point.
- Operator, software, and maintenance training at Rock Island Arsenal.
- Verifiable service/repair capability with a 48-hour on-site response.
- Compliance with OSHA, RIA safety standards, DoD safeguards, and strict IT policies (no contractor devices on the RIA-JMTC network).
- Item Unique Identification (IUID) registration and affixing of a machine-readable 2-D matrix.
- Delivery of comprehensive documentation as detailed in the Contract Data Requirements List (CDRL), including installation drawings, electrical schematics, and equipment characteristics.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Unrestricted (NAICS 334516)
- Place of Performance: Rock Island, IL
- Delivery: By July 16, 2026, between 6:00 am and 12:00 pm, Monday-Thursday (excluding holidays). All equipment must be delivered on the same day unless pre-authorized.
- Proposal Due: April 10, 2026, at 2:00 PM (local time)
- Published: April 7, 2026 (Amendment 0001)
Evaluation
Award will be made using a Lowest Price Technically Acceptable (LPTA) process. Technical evaluation factors include:
- Experience: Minimum three years supplying similar equipment, published data, and three references for similar projects.
- Technical: Compliance Statement per the Rock Island Purchase Description (RIPD), Equipment Identification, and a minimum one-year warranty.
- Price will be evaluated after technical acceptability. A HUBZone Price Evaluation Preference applies. The Government intends to award without discussions.
Additional Notes
Amendment 0001 re-opened the solicitation and incorporated the revised RIPD E4000-26-3-18 OES (R1). Vendors must ensure full compliance with all evaluation criteria and the revised attachment.