SOLICITATION NOTICE
34 -- Three (3) Diesel Powered Welders/Generators
- Notice Date
- 9/3/2025 7:08:49 AM
- Notice Type
- Solicitation
- 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
- ***Amendment 0001 corrects the delivery address and makes edits to the specifications. 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. The North American Industry Classification System (NAICS) code for this project is 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 is a Total Small Business set-aside. The solicitation is a request for quote (RFQ). The following is a brief description of the product specifications. Complete specifications are included in the 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. No CD's or hard copies of the solicitation will be available. Offerors are responsible for checking the Contract Opportunities website (https://sam.gov/content/opportunities) for any update(s) to the solicitation. 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. There is no �Plan Holder List� for this project. The interested vendors list is listed as part of the solicitation posting on the Contract Opportunities website. In order to view this list, vendors will need to sign into their SAM account. 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. As required by 15 U.S.C. 644(w), the Corps of Engineers� policy and procedures, as well as past performance information, in regard to definitization of requests for equitable adjustments is found at https://www.usace.army.mil/Business-With-Us/Partnering.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bcf9985805774937829bd9683d524499/view)
- Place of Performance
- Address: Fountain City, WI 54629, USA
- Zip Code: 54629
- Country: USA
- Zip Code: 54629
- Record
- SN07576622-F 20250905/250903230045 (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 |