COMBINED SYNOPSIS/SOLICITATION FOR
Alignment Machine
General Information
Document Type:
Combined Synopsis/Solicitation
Solicitation Number:
W911RQ26QA001
Posted Date:
November 3, 2025
Current Response Date:
November 17, 2025
Product or Service Code:
PSC 4910
Set Aside:
100% Small Business
NAICS Code:
333310
Contracting Office Address
Red River Army Depot
Directorate for Contracting
100 James Carlow drive, Bld. 15
Texarkana, TX 75505-5000
Contract Specialist: Aeric Miller – aeric.p.miller.civ@army.mil
Contracting Officer: Travis Peterson - travis.n.peterson2.civ@army.mil
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.
This solicitation is a Request For Offers (RFO). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations Circular - FAC Number: 2025-05
Effective Date: 8/7/2025.
The associated North American Industrial Classification System (NAICS) code for this procurement is 333310 with a small business size standard of 1000 employees. This solicitation will result in one (1) award.
Basis For Award: See Provision At FAR 52.212-2 below.
Submission Of Questions: Any questions regarding this RFO must be received by November 12, 2025, at 1000 hrs. (10:00 AM Central Standard Time (CST). Questions shall be submitted by email to Contract Specialist at Aeric.p.miller.civ@army.mil & Contracting Officer at travis.n.peterson2.civ@army.mil
Responses to questions are not considered changes to the RFO as the only way the RFO can be modified is through an amendment that will be issued. No Oral explanations or instructions will be provided. All questions must be submitted in writing, upon receipt of questions, the Government will post questions and answers to sam.gov and by email to all interested offerors.
Submission Due Date: All offers are due by November 17, 2025, at 1300hrs (1:00 PM CST). All responses received within this time frame will be considered by the government. Responses shall be submitted electronically to Aeric.p.miller.civ@army.mil & travis.n.peterson2.civ@army.mil concerning this acquisition. Offeror must be registered in System for Award Management (SAM) prior to receiving an award. Refer to website https://www.sam.gov/portal/public/SAM/.
The Acquisition Services Division for Red River Army Depot at 100 James Carlow Drive, Bld. 15 in Texarkana, TX is seeking to purchase an Industrial Platform Lift.
All interested companies shall provide offers for the following:
Supplies
Red River Army Depot Directorate for Maintenance has a requirement for Hunter Engineering Alignment Machine or equal
- This will be a Firm-Fixed Price/ Single Purchase Order for the following:
Table 1
Line Item
Description
Quantity
Unit Price
Total Price
0001
Hunter Engineering WT673 or equal
1
0002
Manuals, Descriptive literature IAW Purchase Description
1
NSP
Offeror name/POC/address (CAGE code; Unique Entity ID (UEI)
____________________________________________________________________________________
Purchase Description (PD)
Hunter Engineering Alignment Machine or equal
Light Tactical Road Test/Finals, B561
Red River Army Depot (RRAD)
Texarkana, TX 75507-5000
10 October 2025
1.0 Scope. This PD is to define the specifications necessary to award a contract for a new Alignment Machine for the Light Tactical Business Unit, Bldg. 561. 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 Alignment Machine. Contractor is required to have the adequate resources for the manufacture of a system, and upon completion, shall be installed in building 561 and made fully operational (Turnkey) 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.
Alignment Machine shall meet or exceed the following characteristics:
24” minimum wide screen LCD display
- Truck Pusher
- PC with Windows 10 minimum
- WinAlign HD software
- 2 years free vehicle specs & WebSpecs® instant specs by web
- Exclusive tools including WinToe™and ABC
- Color Printer, Wired & Wireless Network
- Certified iShop & ASANET compliant
- WinToe Shim-Select II, CAMM and ABC
- Tool & Kit Database with required tools replacement part numbers
- Full Digital Photo Adjustments & Instruction Video Library
- Live Ride Height & WinAlign Tuner application for modified vehicles
- TPMSpec Database (Vehicle Specific Sensor Type & Reset Procedures )
HawkEye XL or equal vision sensors, cabinet mounted.
- 6 Self Centering adapters (15"-28" rims) and XL Targets
-Live readings for 3 axles at once
- 4 High Definition Cameras
- Capable of Aligning a wide range of vehicles from Class 8 to compacts
- Align 53' trailers with optional trailer gauge
- QuickComp single motion roll and jacking compensation supported
- Mobile bay to bay capability
- Compatible with HD and passenger QuickGrip wheel adaptors
- Fully Integrated Alignment (FIA) capable with L494HD heavy duty four posts,
P494HD or equal heavy duty pit racks, RX scissor racks, or on the floor with turnplates
Options Required:
Secondary HawkEye XL or equal console kit (mountable to target storage cart).
Mounts to cart with monitor, keyboard, and mouse.
Cordless Remote Indicator Kit - Includes Cordless Remote Indicator and recharging
bracketry for 6,7, & 8 Series Cabinets
Mobile HD turnplate kit. Suitable for rolling or jacking compensation.
Alignment adapter/target storage cart.
Mini Wheel Adaptor Kit - Contains two mini wheel adaptor clamps 175-284-1
Mounts sensor to hub center of front rims. Clamping range - 8.75" - 12"
Sensor Shaft Extension Kit- Contains two adaptors for extending sensors out from
wheel adaptors to account for differences in offsets or body overhangs.
3.1 Installation. Contractor shall offload, position, and make all equipment operational (No Government forklift or equipment available). 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.
3.1.1 Installation Schedule. The contractor shall coordinate the proposed installation schedule with RRAD POC within ten (10 Days) prior to delivery of the system. The installation schedule shall be subject to approval. The machine shall be installed and operational within one month from contract award. 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. 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
3.2 Final Acceptance Testing. A final acceptance test shall be performed. The test shall demonstrate the system’s ability to align 2EA vehicles from start to finish.
3.4 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 one day for system operation personnel. It shall consist of verbal instruction and hands-on operations by contractor representatives.
3.4.1 Training Location. Training shall be performed at RRAD building 561, and shall commence after onsite training, testing, and complete operation of the system. Training shall be provided for machine operators on system operations.
3.5 Manuals. The contractor shall provide one (1) hard copy 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.
3.6 Government Furnished Material (GFM). The government will provide all necessary vehicles and any other material needed for testing and training.
3.7 Warranty. The machine furnished under this specification shall be guaranteed for a period of one (3) year for all machine electronics, (1) year for all Parts, and (6) months on all labor 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 3 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.
3.8 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 foundation.
() (XX) b. Set and level the machine components on its
foundation.
() (XX) c. Provide and install anchor bolts and nuts.
() (XX) d. Connect machine to the provided utilities hook-up.
() (XX) e. Provide all necessary materials, tools, gages and
instrumentation necessary to perform the required tests.
Material and tooling required of the performance testing at
Government facility.
() (XX) f. Provide and charge all systems with fluids in accordance with
manufacturer's instructions.
(XX) () g. Provide unobstructed utilities hook-up within 20 feet of
system.
(End of Purchase Description)
2. Requested Delivery schedule: 6 Months ADO
Issuing Office
Address:
Contracting Office Address
Red River Army Depot
Directorate for Contracting
100 James Carlow Dr. BLD 15
Texarkana, TX
Postal Code:
75507
Country:
United States
Delivery and Acceptance: FOB Destination - RRAD
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
- FAR 52.212-1, “Instructions to Offerors–Commercial Products and Commercial Services” (Aug 2025). This solicitation will result in only one (1) award.
Complete Table I and offeror info and submit to the POC before closing date.
- FAR 52.212-2 ADDENDUM, “Evaluation-Commercial Products and Commercial Services”
The Government will Award a contract to the lowest responsive offer and capable of providing the alignment machine in accordance with Purchase Description Contractor shall acknowledge all requirements in the Purchase Description.
(a) The Government will award a contract resulting from this solicitation to the responsible
offeror whose offer conforming to the solicitation will be most advantageous to the
Government, price and other factors considered. The following factors shall be used to evaluate
offers:
(i) Technical Capability. Technical capability of the supplies offered to meet the Government requirements per Purchase Description. Offers’ technical description of the supplies being offered shall be in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, technical features similar to Purchase Description, warranty provisions, or other documents.
(ii) Price. Price will be evaluated to determine if the offer is fair, reasonable, and balanced. The Government may determine that an offer is unacceptable if prices are significantly unbalanced. Unrealistically low offered prices, initially or subsequently, may be grounds for rejection for this solicitation.
(iii) Past Performance. Past performance will be evaluated to determine the confidence in the offeror’s ability to successfully accomplish the requirements of this solicitation based on the offeror’s demonstrated present and past work record. The Government will evaluate the offeror’s demonstrated record of contract compliance in supplying products and services that meet users’ needs, including cost and delivery schedule.
There will not be an adjectival rating assigned to each factor.
(b) Evaluation of offers. Evaluation procedures at FAR 13 will be used to evaluate all offers
received in response to this solicitation.
The Government may award to other than the lowest offer.
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the
successful offeror within the time for acceptance specified in the offer, shall result in a binding
contract without further action by either party. Before the offer's specified expiration time, the
Government may accept an offer unless a written notice of withdrawal is received before award.
(End of provision)
Responsive offerors shall have current representations and certifications in sam.gov and Table I complete.
- FAR 52.212-3, “Offeror Representations and Certifications–Commercial Products and Commercial Services” (Aug 2025)
Offerors must complete annual representations and certifications electronically in the System for Award Management (SAM) accessed through https://www.sam.gov in accordance with FAR 52.212-3, “Offeror Representations and Certifications–Commercial Products.”
The following solicitation clauses apply to this acquisition:
1. FAR 52.212-4, “Contract Terms and Conditions-Commercial Products and Commercial Services” (Aug 2025)
2. FAR 52.212-5 (Class Deviation 2025-O0003, “Restoring Merit-Based Opportunity in Federal Contracts” (March 2025)
3. FAR 52.212-5 (Class Deviation 2025-O0004, “Revocation of Executive Order on Sustainability” (March 2025)
The following subparagraphs of FAR 52.212-5(DEV) are applicable:
52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021) (41 U.S.C. 4704 and 10 U.S.C. 4655).
52.203-13, Contractor Code of Business Ethics and Conduct (NOV 2021) (41 U.S.C. 3509). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note).
52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644).
52.222-3, Convict Labor (JUN 2003) (E.O. 11755).
52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O.13513).
52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.232-33, Payment by Electronic Funds Transfer—System for Award Management (OCT 2018) (31 U.S.C. 3332).
CLAUSES INCORPORATED BY REFERENCE
52.209-10
Prohibition on Contracting With Inverted Domestic
NOV 2015
Corporations
52.212-4
Contract Terms and Conditions--Commercial Products and
NOV 2023
Commercial Services
52.232-39
Unenforceability of Unauthorized Obligations
JUN 2013
52.247-34
F.O.B. Destination
NOV 1991
252.203-7000
Requirements Relating to Compensation of Former DoD
SEP 2011
Officials
252.203-7002
Requirement to Inform Employees of Whistleblower Rights
DEC 2022
252.204-7003
Control Of Government Personnel Work Product
APR 1992
252.204-7012
Safeguarding Covered Defense Information and Cyber
JAN 2023
Incident Reporting
252.211-7003
Item Unique Identification and Valuation
JAN 2023
252.232-7003
Electronic Submission of Payment Requests and Receiving
DEC 2018
Reports
252.232-7010
Levies on Contract Payments
DEC 2006
This is an open-market combined synopsis/solicitation for commercial products as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all offers must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Offerors shall list exception(s) and rationale for the exception(s).
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Aeric Miller, at Aeric.p.miller.civ@army.mil & Contracting Officer, Travis Peterson, at travis.n.peterson2.civ@army.mil .
Points of Contact
Contract Specialist
Aeric Miller
520-684-4368
Aeric.p.miller.civ@army.mil
Contracting Officer
Travis Peterson
571-588-1517
travis.n.peterson2.civ@army.mil