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 Army Contracting Command - Rock Island (ACC-RI) is soliciting proposals for Optical Emissions Spectrometers (OES) to support the Rock Island Arsenal - Joint Manufacturing and Technology Center (RIA-JMTC). This is an unrestricted acquisition, with a Firm Fixed Price (FFP) contract anticipated. Proposals are due March 27, 2026, 10:00 AM Local Time.
Purpose & Scope
This solicitation (W519TC26QA109) seeks to procure two new Optical Emissions Spectrometer systems: one for laboratory use and another for foundry operations. These systems will analyze the elemental composition of materials, with the foundry unit providing real-time results during material pours. The new OES units will replace existing equipment at RIA.
Key Requirements
The requirement includes two OES systems (e.g., SPECTROLAB S and SPECTROMAXx Advanced or equivalent) with specific optical ranges, associated software (Spark Analyzer Pro/MAXx or equivalent, supporting offline use on Windows OS), and components such as PCs, monitors, argon regulators, spark stands, and argon purifiers. The foundry unit specifically requires a HON (Hydrogen, Oxygen, and Nitrogen) option and an argon cleaning option. Both systems must support specific matrices (Fe, Al, Ni, Ti, Cu) and analytical programs.
All furnished equipment must be new, unused, include data plates for government UID compliance, and be registered in the IUID Registry. The contractor is responsible for installation, start-up, and providing comprehensive documentation as detailed in the Contract Data Requirements List (CDRL), including installation drawings, electrical schematics, and tool lists. Training for operators, software, and maintenance must be provided at no additional cost. A verifiable service/repair capability with a 48-hour on-site response is also required.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Unrestricted (HUBZone Price Evaluation Preference applies)
- NAICS Code: 334516 (Chemical Analysis Instruments)
- Place of Performance: Rock Island Arsenal, Rock Island, IL 61299, United States
- Delivery: By July 16, 2026, between 6:00 am and 12:00 pm (noon), Monday through Thursday (excluding holidays). FOB Destination applies.
- Payment: Via Wide Area WorkFlow (WAWF).
Submission & Evaluation
- Proposal Due: March 27, 2026, 10:00 AM Local Time.
- Submission Method: Electronic format only, via email to the Contract Specialist.
- Evaluation Process: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors:
- Technical (ACCEPTABLE/UNACCEPTABLE):
- Subfactor 1: Experience (3+ years supplying similar equipment, published data, references for 3 similar projects).
- Subfactor 2: Technical (Compliance Statement per RIPD, Equipment Identification, Minimum 1-year warranty).
- Price.
- Technical (ACCEPTABLE/UNACCEPTABLE):
- Award will be made to the lowest-priced, technically acceptable offer. The Government intends to award without discussions, except for clarifications.
Contact Information
For inquiries, contact JOHN JACOBSEN at JOHN.E.JACOBSEN16.CIV@ARMY.MIL.