Skip to main content

An official website of the United States government

You have 2 new alerts

STOKES PRESS

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jul 10, 2023 02:34 pm CDT
  • Original Response Date: Jul 25, 2023 12:30 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 09, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Crane , IN
    USA

Description

The U.S. Army Contracting Command – Rock Island, is seeking to identify potential System for Award Management (SAM) Database registered business that can provide the following: Fitness/Wellness Application. This announcement is for information and planning purpose only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. NO AWARD will be made from this Sources Sought Notice. This is NOT a request for proposal. Particularly, the purpose of this NOTICE is to gain knowledge of potential (SAM) Database register businesses interested and capable of performing this work.

NAICS CODE: 333517 – Machine Tool Manufacturing (Powder Metal Forming Presses Manufacturing)

PSC: 3433 - Mechanical Presses, Power Driven

SIZE STANDARD: 500 employees

DESCRIPTION OF WORK: Vendor to provide the following service for 1 each Stokes Model R-4; to retrofit a Stokes Model R-4 dual action and reciprocate powder press with modern Allen-Bradley programmable logic controls (PLC). This effort will include, but is not limited to the replacement of the variable drive motor with VFD and motor/gearbox rated for Class II Div 1 GRP F&G, installing pressure sensors in line with hydraulic equalizing system and compression slide block, replacing cam box with intrinsically safe (IS) incremental encoder feeding back to the PLC, rewiring all control boxes to be intrinsically safe, and interfacing all feedback sensors through barriers and amplifiers as such to ensure IS characteristic, among other project specific efforts.

A new control panel enclosure capable of rapid air purging shall also be provided, in conjunction with an HMI with IS safe touch screen, as well as an industrial computer capable of running AB PanelView software and all necessary components for full machine operation.

The end product will be a fully retrofitted Stokes powder press with PLC and HMI controls to replace all antiquated relay logic and non-intrinsically safe wiring, of which will maintain all prior function and gain enhanced function and control over all press actions while maintaining synchronization with all mechanical press components.

SUBMISSION DETAILS: All interested, responsive and responsible SAM Database registered businesses are encouraged to participate in this Market Research by emailing the requirement information below to the point of contact listed on this announcement. Interested businesses must be registered in the System for Award Management (SAM) Database at www.sam.gov. Email submissions are required. Interested businesses shall include the following information to be considered for market research purposes:

  1. Company Name, Address, SAM Unique Entity ID/CAGE Code, current business size (e.g. Small or Large business)
  2. Brief synopsis of interest and a capabilities statement indicating the contractor can meet the requirements needs.
  3. Include additional NAICS Codes that you believe is more appropriate for this requirement.
  4. A prior experience statement indicating the contractor has provided this requirement to the Government, with a previous contract listed.
  5. Point of contact information including name, phone number and email address.

Responses and requested information shall be send via email to Contract Specialist, Bridget Garnica, bridget.m.garnica.civ@army.mil and Contracting Officer, Cindy Wagoner, cindy.k.wagoner.civ@army.mil. Interested offerors shall include “W519TC23QSTOK Response – [Insert Offeror’s Name]” within the Subject line.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History