SOLICITATION NOTICE
34 -- Three (3) Diesel Powered Welders/Generators
- Notice Date
- 8/27/2025 11:10:55 AM
- Notice Type
- Presolicitation
- NAICS
- 333992
— Welding and Soldering Equipment Manufacturing
- Contracting Office
- W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
- ZIP Code
- 55101-1323
- Solicitation Number
- W912ES25QA068
- Response Due
- 9/17/2025 8:00:00 AM
- Archive Date
- 10/02/2025
- Point of Contact
- Scott E. Hendrix, Kenneth Eshom
- E-Mail Address
-
Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil
(Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a pre-solicitation notice and not a request for quotes, bids, or proposals. The purpose of this is to give industry a heads-up that a requirement will be forthcoming. A solicitation will be posted that includes further requirement specifications and contract terms and conditions. The U.S. Army Corps of Engineers (USACE), St. Paul District has a requirement for a contractor to provide three (3) new, multi-process, diesel engine-driven welder/generator, along with three (3) purpose-built running gears with associated accessories. This procurement will include delivery to the Fountain City Service Base located in Fountain City, WI on or before December 31, 2025. It is estimated that this project will be solicited within the next couple of days. The North American Industry Classification System (NAICS) code for this project will be 333992, Welding and Soldering Equipment Manufacturing with a size standard of 1,250 employees. The resulting contract shall be a Firm, Fixed-Price contract. The solicitation shall be a Total Small Business set-aside. The solicitation will be a request for quote (RFQ). The following is a brief description of the product specifications. They will be further defined in the forthcoming solicitation. Welder/Generator General Specifications Welding Processes: Must be a multi-process welder capable of Stick (SMAW), MIG (GMAW), Flux-Cored (FCAW), DC TIG (GTAW-DC), Pulsed TIG (GTAW-P), and Air Carbon Arc Cutting and Gouging (CAC-A). Weldable Metals: Capable of welding Aluminum, Stainless Steel, and Steel. Engine: A liquid-cooled, industrial-grade diesel engine with a minimum of 24.8 horsepower. The engine must be Tier 4 Final (T4F) compliant and feature glow plugs for cold weather starting. Fuel Capacity: A minimum 10-gallon diesel fuel tank. Weld Output Type: Constant Current (CC) and Constant Voltage (CV). Amperage Range: A welding amperage output range of 20 to 330 A. Duty Cycle: Rated output of 330 A at 31 V for 100% duty cycle (CC/DC Stick/TIG) and 330 A at 30.5 V for 100% duty cycle (CV/DC MIG/FCAW). Carbon Arc Gouging: Rated for a 1/4-inch (6.4 mm) carbon diameter. Auxiliary Power Output: A minimum peak power of 12,000 W and a continuous power of 10,500 W. Idle Power Capability: The unit must be capable of producing a minimum of 2,400 W of 120-volt inverter-based, pure sine wave power at idle speed to run tools and lights while welding. Simultaneous Operation: The machine must be designed to allow for full auxiliary power output at any weld setting, with independent systems to prevent interaction between welding and auxiliary power. This synopsis is not a request for quotes, proposals, or bids. This is a notice that a solicitation for a competitive acquisition for the award of one firm-fixed price contract is intended to be issued via Contract Opportunities (https://sam.gov/content/opportunities) in the near future. The specifications will be detailed in the solicitation. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. This is a pre-solicitation notice, and as such, any additional information as to the size and/or scope of the project will not be available until the issuance of the RFQ. No CD's or hard copies of this notice or the solicitation will be available. Offerors are responsible for checking the above listed Contract Opportunities website for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). All Offerors must be registered in SAM prior to receiving an award, have an active SAM account, and have the Representations and Certifications (FAR and DFARS) sections completed prior to award. Registration instructions may be obtained, and online registration may be accomplished, at https://sam.gov/content/entity-landing.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/048a868ee9c644fe828848a27474025b/view)
- Place of Performance
- Address: Fountain City, WI 54629, USA
- Zip Code: 54629
- Country: USA
- Zip Code: 54629
- Record
- SN07569051-F 20250829/250827230048 (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 |