Excavator Repairs
ID: W912EF25Q0042Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT WALLA WALWALLA WALLA, WA, 99362-1876, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- TRACTORS (J024)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is soliciting proposals for the repair of a CAT 315D Excavator, as outlined in solicitation number W912EF25Q0042. The project requires comprehensive inspection and potential repairs using OEM Caterpillar factory parts and certified technicians, with a total estimated ceiling of $15,000 for Time & Materials. This procurement is a total small business set-aside under NAICS code 811310, emphasizing the importance of maintaining the excavator's performance and warranty compliance through brand-name parts and services. Interested offerors must submit their proposals, including a signed SF 1449 and relevant certifications, by the specified deadline, and can direct inquiries to Ruth A. Johnson at ruth.a.johnson@usace.army.mil or by phone at 509-527-7222.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation amendment (W912EF25Q0042) updates the Wage Determination, specifically including the most recent version (Wage Determination No.: 2015-5527, Revision No.: 26, Date Of Last Revision: 07/08/2025) for the Washington Counties of Benton and Franklin. It outlines various occupational wage rates, ranging from administrative support to technical and transportation roles. The amendment also details requirements for Executive Order minimum wages ($17.75/hour for contracts entered into on or after January 30, 2022, and $13.30/hour for contracts between January 1, 2015, and January 29, 2022), paid sick leave, health & welfare benefits, vacation accrual, and eleven paid holidays. Additionally, it specifies hazardous pay differentials and uniform allowances. Offerors must acknowledge receipt of this amendment for proposal submission. The document further outlines the conformance process for unlisted job classifications.
    Amendment U0002 to solicitation W912EF25Q0042, effective August 8, 2025, primarily adds clauses for Government Furnished Property (GFP). This includes the addition of FAR clauses 52.245-1 (Government Property) and 52.245-9 (Use And Charges), as well as DFARS clauses 252.245-7003 (Contractor Property Management System Administration) and 252.245-7005 (Management and Reporting of Government Property). Offerors must acknowledge receipt of this amendment by completing Blocks 8 and 15A of the SF30 form and including the signed amendment in their proposal submission. All other terms and conditions of the original solicitation remain unchanged. The solicitation hour and date for receipt of offers is not extended by this amendment.
    The U.S. Army Corps of Engineers, Walla Walla District, is seeking a single-source contract for maintenance, inspection, and repairs to a CAT 315D Excavator. This action is justified under FAR 13.106-1(b) and FAR 11.105(a)(1) due to the necessity of using Caterpillar brand parts and certified technicians to ensure optimal performance, reliability, and warranty compliance. The estimated cost is below the simplified acquisition threshold. The use of non-OEM parts or uncertified services could compromise the excavator's integrity, leading to significant replacement costs. While this is a brand-name procurement, efforts were made to obtain competition through a small business set-aside, and market research identified multiple potential vendors. The determination concludes that this brand-name procurement is in the best interest of the Government.
    The U.S. Army Corps of Engineers, Walla Walla District, seeks to contract maintenance and inspection services for a CAT 315D Excavator at Ice Harbor Lock and Dam. The contractor must utilize OEM Caterpillar parts and have certified technicians to perform repairs, ensuring optimal performance and compliance with manufacturer standards. The scope of work includes troubleshooting and replacing components like the swing drive, hydraulic cylinders, and window glass. This non-personal services contract is justified under FAR regulations due to the need for specific brand components essential for the equipment's reliability. Market research indicates no alternative services or parts meet the necessary requirements, emphasizing the critical nature of OEM parts to avoid significant financial repercussions from equipment failure. The estimated repair service cost is $24,578.40, categorized under the simplified acquisition threshold, and will be set aside for small businesses. Overall, this determination reflects the government's commitment to ensuring proper equipment maintenance through brand-specific expertise and parts to safeguard asset integrity.
    The US Army Corps of Engineers, Walla Walla District, is soliciting proposals for excavator repairs at Ice Harbor Lock and Dam in Pasco, Washington. This opportunity is exclusively for small businesses under NAICS code 811310, with a size standard of $12,500,000. The solicitation (W912EF25Q0042) will be available on https://sam.gov around July 30, 2025, in the form of a Request for Quote (RFQ). The final due date for quotes will be detailed in the RFQ, and small business responses will be considered. Vendors need to be registered in the System for Award Management (SAM) to be eligible for contract awards. Updates and notifications about the solicitation can be tracked on the SAM website, and no hard copies or CDs will be provided. The government emphasizes that it is the bidders’ responsibility to maintain internet access for any necessary updates related to the solicitation.
    The document outlines Solicitation Number W912EF25Q0042, an RFP for services and repairs on a CAT 315D Excavator for the USACE, Walla Walla District. The project, designated as a small business set-aside with a NAICS code of 811310 and a size standard of $12,500,000, requires a comprehensive inspection and potential repairs, with an estimated ceiling of $15,000 for Time & Materials (CLIN 0003). Key requirements include using OEM Caterpillar factory parts, certified technicians, and Caterpillar OEM Service Provider certification. Offerors must submit a signed SF 1449, SF 30 (if applicable), completed pricing schedules, and FAR 52.212-3 certifications. All inquiries must be submitted through ProjNet, and offerors must be registered in SAM.gov, including completing the notarized letter process for SAM registration updates. The award will be based on the best value for price, with a 10-week delivery timeframe post-inspection for repairs.
    The document outlines a solicitation for a federal contract (W912EF25Q0042), specifically requesting bids for inspection and repair services of a CAT 315D Excavator for the U.S. Army Corps of Engineers, Walla Walla District. The contract is designated for small businesses, emphasizing service-disabled veteran-owned and economically disadvantaged women-owned businesses, with a total price ceiling of $15,000 for repairs. Prospective offerors are required to submit their inquiries through a dedicated Bidder Inquiry system, ensuring clarity and fairness in the bidding process. The Performance Work Statement details the necessary services, including comprehensive inspections and specific repairs, to maintain the excavator's operability. Offerors must be certified OEM service providers and must comply with various performance standards and quality assurance measures stipulated by the government. Additionally, the document specifies delivery timelines, inspection protocols, and references multiple relevant Federal Acquisition Regulations (FAR) clauses to guide the contracting process. Overall, the solicitation aims to promote fair competition while ensuring that quality service is provided within the established parameters, enhancing operational readiness for U.S. government projects.
    Lifecycle
    Title
    Type
    Solicitation
    Excavator Repairs
    Currently viewing
    Presolicitation
    Similar Opportunities
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) aimed at crane replacement and rehabilitation projects. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity not exceeding $499,320,000, will span a three-year base period with an option for an additional two years, utilizing a best-value trade-off source selection process. The scope of work includes various crane types and rehabilitation tasks, including hazardous material removal, emphasizing the importance of safety, quality control, and environmental protection standards. Interested contractors should submit their proposals electronically, adhering to strict formatting and submission requirements, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.
    AG TRACTOR REPAIR PARTS
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide compatible repair parts for a John Deere Model 6615 tractor, as outlined in a Combined Synopsis/Solicitation. The procurement includes various components such as fuel injectors, injection nozzles, and hydraulic parts, which are essential for maintaining the operational readiness of military equipment. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting small enterprises in government contracting. Interested parties can reach out to Robert Bero at robert.a.bero.civ@army.mil or call 315-772-8483 for further details regarding the submission process and requirements.
    3389 LCHD-ESS Special Notice - Draft Specification
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design, construction, testing, and delivery of a new Large Class Hopper Dredge (LCHD-ESS) to replace the aging ESSAYONS. The procurement aims to develop a vessel with a 6,500 cubic yard capacity, diesel-electric power, and azimuthing thruster propulsion, which must meet stringent performance requirements for dredging in challenging conditions while adhering to various regulatory standards, including those from ABS and CARB. This dredge will primarily operate on the West Coast, with key operational locations including the Columbia River and San Francisco, and is essential for maintaining navigable waterways. Interested contractors should direct inquiries to Michael J. Hunter at michael.hunter@usace.army.mil or Domenic Sestito at Domenic.L.Sestito@usace.army.mil, with proposals due by the specified deadlines.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Mechanical Unloading IDIQ
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Diesel Forklift
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a diesel-powered forklift to be delivered to the Tooele Army Depot in Utah. The forklift must meet specific technical specifications, including a minimum rated capacity of 4,000 lbs, compliance with OSHA and ANSI safety standards, and EPA Tier 4 emission requirements, among other detailed requirements. This equipment is essential for warehouse operations, ensuring efficient material handling and compliance with safety regulations. Interested vendors should submit their proposals addressing all specifications within 130 days from the award date, and can contact Traci Sablan at traci.l.sablan.civ@army.mil or by phone at 435-833-2713 for further information.
    Diesel-powered welder
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure a diesel-powered welder for the Plant Section located at Ensley Engineer Yard in Memphis, Tennessee. This solicitation is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5), emphasizing the importance of supporting small enterprises in government contracting. The diesel-powered welder is crucial for various welding and metal forming tasks, ensuring operational efficiency and effectiveness in military engineering projects. Interested vendors can reach out to Tijuana Harris at Tijuana.M.Harris@usace.army.mil or call 901-544-3048 for further details regarding the procurement process.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project aims to dredge the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This dredging is critical for ensuring safe navigation in an area known for significant hazards due to shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work expected to commence in summer 2026. For further details, including submission instructions, please contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    ED Diagnostic Unit
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the supply of ED Diagnostic Units, specifically NSN: 2350-99-838-2125, with a total quantity of 12 units and an option for an additional 12 units. This procurement is a total small business set-aside, emphasizing the need for military-level packaging and compliance with specific delivery schedules, including origin inspection and acceptance. The ED Diagnostic Units are critical components for military armored vehicles, underscoring their importance in maintaining operational readiness. Proposals are due by December 8, 2025, and must be submitted via email to Contract Specialist Christa Langohr at christa.langohr@dla.mil, with further details available in the solicitation document.
    11K FORKLIFT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of an 11K CAB Forklift equipped with foam-filled tires, hydraulic adjustable forks, and heating and air conditioning capabilities. This procurement includes a requirement for the trade-in of a Sellick forklift with 429.2 hours on the dash, emphasizing the need for a reliable material handling solution. The forklift will be utilized for various logistical operations at Fort Riley, KS, highlighting its importance in supporting military readiness and efficiency. Interested small businesses are encouraged to reach out to Jevon Schroeder at jevon.k.schroeder2.civ@army.mil or call 1-520-945-4524 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.