Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2026 SAM #8857
SOLICITATION NOTICE

49 -- Automatic Aqueous Parts Washer

Notice Date
2/23/2026 11:22:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333310 —
 
Contracting Office
W6QK ACC RRAD TEXARKANA TX 75507-5000 USA
 
ZIP Code
75507-5000
 
Solicitation Number
W911RQ26QA010
 
Response Due
3/2/2026 11:00:00 AM
 
Archive Date
03/17/2026
 
Point of Contact
Aeric Miller, Phone: 5206844368, Travis Peterson, Phone: 9033345197
 
E-Mail Address
Aeric.p.miller.civ@army.mil, travis.n.peterson2.civ@army.mil
(Aeric.p.miller.civ@army.mil, travis.n.peterson2.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Purchase Description (PD) Automatic Aqueous Parts Washer Commodity Section II, Combat Division, B-421S Red River Army Depot (RRAD) Texarkana, TX 75507-5000 Scope This Purchase Description is to define the specifications necessary to award a contract to purchase and install a new STINGRAY 4063 PARTS WASHER with upgrades or Equal automatic aqueous parts washer to replace system currently in place in B-421S, Serial # 3963 MART Tornado manufactured in 1993. Contractor shall perform any site preparation needed for new equipment, delivery of new equipment, offloading and positioning of new equipment, planning and designing, fabrication, testing, installation, training, and commissioning necessary to furnish one automatic aqueous parts washer. Contractor is required to have the adequate resources for the manufacture of a system, and upon completion, shall be installed in building (B-421South), and made fully operational (Turnkey), with operator and maintenance personnel training completed, prior to the Government�s acceptance. 1.1 Order of Precedence In the event of a conflict between the text of this document and the references cited herein, the text of this document takes precedence. Nothing in this document, however, supersedes applicable laws and regulations unless a specific exemption has been obtained. 2.0 Requirements Design, fabricate, and install a new STINGRAY 4063 PARTS WASHER with upgrades or Equal automatic aqueous parts washer capable of meeting or exceeding current washer size and requirements, which are as follows: Power- 460V 3PH Heat Source- Steam Pump HP- 50+ Flow- 320gpm+ Pressure- 150psi+ Temp Range- 140-190 degrees F Reservoir Capacity- 180 gallons+ Heavy Duty Turntable w/anchoring attachments- 3500LB+ Oscillating non-synchronous wash pattern Automatic Programmable Oil Skimmer 2.0 Requirements cont�d Insulated Cabinet Automatic Steam Drying Cycle Stainless steel cabinet internals Internal reservoir cover w/chip basket Electrical system to meet NFPA 79 requirements to include: Safety power disconnect Hour meter Turntable Jog Lifting Lugs Drain and Clock override Stainless steel heat exchanger Emergency Stop with Master Control Relay 3.0 Time Period The machine shall be installed and operational within 12 months from contract award. The contractor shall submit a detailed project time chart that shows milestones for a completed machine installation within the 12 months. Any modifications or extensions shall be requested through the Contracting Officer for this contract. The contractor shall coordinate the proposed installation schedule with RRAD POC within sixty (60 Days) prior to delivery of the system. The installation schedule shall be subject to approval. Approval of the installation schedule shall not relieve the contractor of any responsibility for performance. RRAD works a four day, ten hour workweek, Mon-Thurs, 0630-1700. Working Friday is not guaranteed but will be taken into consideration. Contractor may request to work Friday with 48 hours prior notice to RRAD POC. In Accordance With (IAW) CDRL A0001 RRAD will be closed on all Federal Holidays which are: New Year�s Day Martin Luther King Birthday President�s Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veteran�s Day Thanksgiving Day Christmas Day 3.1 Installation Contractor shall offload, position, and make operational all equipment. Console/Stand shall be built or assembled on mobile stand so it can be relocated with minimal impact to production. Government will furnish all necessary utilities within 20 feet of the equipment site. Contractor shall make all connections to the utilities from the equipment to the provided hookup. 3.2 Lockout/Tagout (LOTO) Contractor shall furnish a graphical, machine-specific LOTO procedure that clearly and specifically describes the steps necessary to establish a zero-energy state for the equipment in accordance with the requirements of OSHA Regulation CFR 1910.147. This procedure shall be printed on a durable laminated material suitable for posting on the equipment. All LOTO locations on the equipment shall be clearly identified with a durable label keyed to the LOTO procedure. Contractor shall furnish the procedure in an electronic format so the information can easily be transferred into a maintenance management. In Accordance With (IAW) CDRL A0002 3.3 Training The contractor shall provide one or more qualified representatives who are thoroughly familiar with all aspects of equipment, installation, calibration, maintenance, and operation, for the purpose of training facility personnel. All printed training aids shall be supplied at no additional cost to the Government and shall be in English language. Training consist of a minimum of 5 hours for system operation personnel (10 people) and 5 hours for maintenance personnel (5 people). It shall consist of verbal instruction and hands-on operations by contractor representative. In Accordance With (IAW) CDRL A0004 3.3.1 Training Location Training shall be performed at RRAD building 421-S, and shall commence after onsite training testing and run off of the system. Training shall be provided for machine tending operators on system operations and maintenance personnel on general maintenance schedule. 3.4 Manuals The contractor shall provide three (3) hard copies and one electronic copy on CD/DVD of operations sequence, system program, Bill of Materials (BOM), wiring diagrams/schematics, maintenance manuals for contractor installed equipment including calibration information and procedures where applicable. In Accordance With (IAW) CDRL A0005 3.5 Government Furnished Materials (GFM) The government will provide all necessary test materials during startup and testing. 3.6 Warranty The machine furnished under this specification shall be guaranteed for a period of one (1) year or manufacturer�s standard warranty (whichever is greater) from defective materials, design, and workmanship. Upon receipt of notice from the Government of failure of any part of the machine during the warranty period, that parts shall be replaced within 7-10 business days with new parts at the expense of the contractor. All commercial OEM equipment included with the machine shall be guaranteed to the manufacturer�s normal warranty or covered under the one (1) year guarantee from the time of acceptance, whichever is longer. The warranty is to begin upon final acceptance by the Government. 3.7 Preparation Packaging, preservation, and packing for shipment to RRAD shall be the responsibility of the contractor. Any damage to materials, components, equipment, or other parts of the machine due to contamination, oxidation, shifting loads, or other circumstances during transportation shall be repaired or replaced by the contractor at the discretion of the Contracting Officer. All packaging and any shipping material shall be the responsibility of the contractor to remove from Depot. Responsibilities Government Contractor () (XX) a. Furnish labor and material handling equipment for off-loading and placing item on location. () (XX) b. Connect machine to the provided utilities hook-up. () (XX) c. Provide all necessary materials, tools, gages and instrumentation necessary to perform the required tests. () (XX) d. Provide and charge all systems with fluids in accordance with manufacturer's instructions. (XX) () e. Provide unobstructed utilities hook-up within 20 feet of system.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/22e8c2a266cf4ecd969e98116f15064f/view)
 
Place of Performance
Address: Texarkana, TX 75505, USA
Zip Code: 75505
Country: USA
 
Record
SN07724253-F 20260225/260223230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.