Opportunity
SAM #W519TC26QAT01
Weld Ventilation System and Installation for Rock Island Arsenal JMTC
Buyer
W6QK ACC-RI
Posted
April 07, 2026
Respond By
April 20, 2026
Identifier
W519TC26QAT01
NAICS
238190, 333413, 238290, 541690
This opportunity seeks vendors to provide and install a comprehensive weld ventilation system at Rock Island Arsenal for the Joint Manufacturing and Technology Center (JMTC). - Government Buyer: - Department of the Army, Rock Island Arsenal, RIA-JMTC - Products/Equipment Requested: - Approximately 22 standalone ambient weld ventilation units (5,000 CFM each, 3HP motor/blower, self-cleaning filters, velocity/pressure/temperature sensors, spark arresters) - One vertical downflow dust collector system (cartridge filters, 25 HP blower with silencer, 55-gallon drum for sediment removal) - Services Required: - Complete installation and site preparation (excavation, foundation, anchoring, decking, stairs, rail systems, supervision) - Training for operators (5), programmers (2), and maintenance personnel (2) at Rock Island Arsenal - Service and support: qualified repair personnel available during working hours, telephone access, on-site response within 48 hours, and stocking of maintenance parts - Unique/Notable Requirements: - System must support up to 14 weld booths and provide 10 air exchanges per hour - Compliance with DoD and OSHA safety and security standards is mandatory - Vendors must have at least three years of experience manufacturing weld ventilation equipment and provide supporting documentation - No specific OEMs or part numbers are named; vendors must specify the manufacturer and model they propose - Place of Performance: Rock Island Arsenal, Building 299 Zone 8, Rock Island, IL
Description
Sources Sought:
Title: LGC 25-3-14 Weld Ventilation B2, RIA-JMTC at Rock Island Arsenal
Product Service Code: 3695 NAICS Code: 238190
The purpose of this notice is to gain knowledge of potential qualified sources for the purchase of LGC 25-3-14 Weld Ventilation B2 at Rock Island Arsenal in support of the Joint Manufacturing and Technology Center (JMTC). The U.S. Army Contracting Command-Rock Island (ACC-RI) is seeking sources only.
This is NOT a Request for Proposal (RFP), Request for Quotation (RFQ), or an invitation for bid, nor does its issuance obligate or restrict the Government to an eventual acquisition. The Government may use all information received from this RFI for planning purposes and to identify potential sources as part of market research. The Government does not intend to award a contract based on responses to this RFI nor reimburse vendors for the preparation of any information submitted or Government use of such information. Responders are solely responsible for all expenses associated with responding to this RFI. ACCRI will not pay for information received in response to this RFI.
ACC-RI intends to consider all capability statements when developing its finalized acquisition strategy and resulting solicitation(s).
Please submit all capability statements as outlined below by 11:00 A.M. CST on April 20, 2026, by email to angel.j.traman.civ@army.mil.
Please provide a capability statement to include supporting information and documents to support the vendor’s ability to perform this requirement in accordance with Attachment 0001 – DRAFT Purchase Description. The capability statement should clearly address the following areas:
1. Vendor’s Size Standard, DUNS Number, EUI, Cage Code 2. Does the vendor have at least 3 years of experience manufacturing this equipment. 3. What manufacturer and model number would be offered for this equipment.