Ultrasonic Cleaner
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 (ACC-RI), is soliciting proposals for a DRS Ultrasonic Cleaner system. This is a Total Small Business Set-Aside opportunity for a Firm Fixed Price (FFP) contract. The acquisition is for a 3-tank ultrasonic cleaning system to be installed at Rock Island Arsenal, IL. Quotes are due by April 24, 2026, 6 PM Local Time.
Scope of Work
This requirement is for a comprehensive 3-tank ultrasonic cleaning system, including detergent, rinse, and final rinse tanks, along with auxiliary equipment. Key deliverables include the physical equipment, on-time delivery by August 31, 2026, installation, operator and maintenance training, and a verifiable service/repair capability. The system must comply with detailed specifications outlined in RIPD E4000-25-3-05, covering design, component specifications, utility connections, and IT support requirements.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 335999 (All Other Miscellaneous Chemical Product and Preparation Manufacturing) with a 600-employee size standard.
- Delivery Due: August 31, 2026
- Quote Due: April 24, 2026, 06:00 PM Local Time
- Published: April 8, 2026
- Place of Performance: Rock Island Arsenal, IL 61299
Evaluation
Award will be made to the lowest priced, responsive, responsible vendor whose quote conforms to RFQ requirements and represents the lowest total evaluated price. Evaluation will be conducted on a Lowest Price Technically Acceptable (LPTA) basis. Technical factors include Experience, Published Data, References, Compliance Statement, Equipment Identification, and Warranty. Only technically acceptable proposals will be evaluated for price. Discussions are not anticipated.
Additional Notes
Bidders must provide extensive documentation as specified in the Contract Data Requirements List (CDRL), including installation drawings, maintenance manuals, operator manuals, Material Safety Data Sheets (MSDS), and a Pre-Shipment Testing Report. Quotes must include shipping to Rock Island Arsenal, IL, and a Certificate of Conformance is required. Payment will be completed via Wide Area Work Flow (WAWF).