- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Electric Arc Furnace removal ,acquisition and installation
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: IL. Response deadline: Apr 09, 2026. Industry: NAICS 333248 • PSC 4430.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 333248 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 182 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 333248
Description
The Army Contracting Command – Rock Island, on behalf of the Joint Manufacturing Technology Center (JMTC) located in Rock Island, IL, is issuing a Request for Information (RFI) to assess whether there is a sufficient number of qualified vendors interested in and capable of providing the removal and installation of a 5-Ton Electric Arc Furnace, as detailed in the attached RIPD. Potential respondents should describe their proposed approach to successfully perform the tasks outlined in the attached RIPD.
Please note that this is NOT a Request for Proposal (RFP), Request for Quotation (RFQ), or an invitation to bid. Its issuance does not obligate or restrict the Government from pursuing an eventual acquisition. The Government will use information received from this RFI to plan and identify potential sources as part of market research. The Government does not intend to award a contract based on responses to this RFI, nor will it reimburse vendors for the preparation of any information submitted or for the Government's use of such information. Additionally, not responding to this RFI does not preclude participation in any future RFP, if issued. Respondents are solely responsible for any expenses incurred in responding to this RFI. ACC-RI will not compensate for information received in response to this RFI.
Please note that the attached documents will be in draft form and are subject to change. For planning purposes, the Government anticipates a Firm Fixed Price (FFP) contract.
Interested companies should provide the following information to the Government:
1. Company name and CAGE Code
2. Point of contact's name, telephone number, and email address
3. Company address
4. Business size information (please specify as either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone (HUBZone) concern, Veteran-Owned Small Business, or Service-Disabled Small Business)
5. A summary of the company's capabilities, including descriptions of personnel, skills, experience, and expertise, along with knowledge of safety, security, storage, and environmental regulations associated with operating in a government facility.
6. Details regarding experience with similar efforts or items.
Furthermore, the Government anticipates releasing an RFP after reviewing the responses to this RFI. The Government encourages feedback from industry on the terms and conditions to be included in the acquisition, as well as any other information that could enhance the solicitation or contract.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.