Equipment Related Services for maintenance, repair and overhaul, equipment modification, installation of equipment and technical representative services.
ID: ERS-MS-CI01Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC- DTAWARREN, MI, 48397-5000, USA

NAICS

General Automotive Repair (811111)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is conducting a Market Survey to identify qualified contractors for Equipment Related Services (ERS) under the TACOM Service Solutions (TS3) Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contract. The objective is to assess contractor capabilities for maintenance, repair, overhaul, equipment modification, installation, and technical representation services to ensure the operational readiness of military machinery and vehicles. This initiative is crucial for enhancing the reliability and efficiency of military systems throughout their lifecycle, reflecting the government's commitment to effective defense operations. Interested contractors must submit their qualifications by March 20, 2025, and can direct inquiries to Chad A. Irvine at chad.a.irvine.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for Materiel Acquisition Support services under various phases including pre-production, production, and operational support. Key responsibilities for the contractor include managing equipment, logistics, systems integration, and conducting test and evaluation activities per the Materiel Acquisition Process. In the pre-production phase, contractors are to develop test plans and lifecycle logistics functions, while during production, they must provide testing and integration services. The operations phase focuses on ongoing test evaluations, logistics support, and operational compliance for fielded systems. Additionally, services are expected for demilitarization, contract management, standardization, and configuration control throughout the system's lifecycle. Supporting logistics operations include performing supportability analyses, conducting transportability assessments, and ensuring adequate preparation for fielding and training initiatives. Moreover, quality assurance, reliability programs, and program management activities are integral to ensuring compliance and efficiency. Overall, this comprehensive mandate aims to enhance operability and reliability of military systems, reflecting the government's commitment to streamlined processes, cost-effectiveness, and improved lifecycle management within defense operations.
    The U.S. Army Contracting Command Detroit Arsenal (ACC-DTA) has issued a Market Survey to gauge interest from qualified contractors for services related to the TACOM Service Solutions (TS3) Equipment Related Services (ERS) Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contract. This survey aims to assess the capabilities of potential contractors for maintenance, repair, overhaul, equipment modification, installation, and technical representation to ensure machinery and vehicles remain operational. The Government intends to enhance the existing ceiling of the TS3 ERS MA IDIQ rather than award a new contract, and responses will be collected without a Q&A period. Contrators must categorize any proprietary information clearly and ensure responses are formatted per specified electronic formats. The survey requires details about contractors’ qualifications, with a focus on six areas of service, including Materiel Acquisition Support and Program Management. Submissions are due by March 20, 2025, and the information provided will be used internally, without feedback or reimbursement for inquiries. The main objective is to identify qualified firms capable of supporting U.S. Army operational needs without implying a commitment to provide contracts or solicitations.
    Similar Opportunities
    Preventative Maintenance, Calibration and Repair of Test Equipment
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command-Detroit Arsenal (ACC-DTA), is seeking qualified contractors to provide preventative maintenance, calibration, and repair services for test equipment in support of the U.S. Army's Research, Development, Test, and Engineering (RDT&E) initiatives related to ground vehicle systems. The procurement aims to ensure the operational readiness of various laboratory equipment, including handling hazardous materials and performing facility modifications as necessary. This opportunity is critical for maintaining the functionality and safety of equipment essential for testing and development activities within the Army's ground vehicle programs. Interested parties must submit their qualifications by 5:00 PM EST on April 14, 2025, and should contact Alice Spangler or Adam Wingo via email for further information.
    Market Research Survey Common Tactical Truck
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is conducting a market research survey to identify potential sources for the production of the Common Tactical Truck (CTT) Family of Vehicles. This initiative aims to replace various legacy tactical wheeled vehicles, enhancing operational flexibility in logistics and support for military missions. The CTT will consist of six variants designed with industry-standard technologies to improve safety, efficiency, and performance, while adhering to federal transportation and vehicle safety standards. Interested contractors are invited to participate in a voluntary survey, which includes a comprehensive questionnaire on company capabilities and past performance, with a draft Request for Proposal (RFP) anticipated in September 2025 and a final RFP in the third quarter of fiscal year 2026. For further inquiries, potential respondents can contact the Common Tactical Truck Team at usarmy.detroit.peo-cs-css.mbx.pm-ts-ctt-rfp@army.mil.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Buyer not available
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    Computer Test Sets (CTS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify sources capable of maintaining the TS-3920C/ASM Computer Test Set (CTS), part number 05-0330-07, with NSN 6625-01-529-3346. The CTS is critical for detecting and aligning faults in the Automated Flight Control System for the UH-60 Blackhawk Helicopter, and currently, only Ultrax Aerospace Inc. has the complete technical data package necessary for its manufacture and acceptance testing. Interested vendors must submit documentation demonstrating their capability to maintain the CTS by contacting the Commander, US Army DEVCOM C5ISR Center, with responses due by March 27, 2025. For further inquiries, potential respondents can reach out to Robert Liang at robert.liang2.civ@mail.mil or Keith J. Hoskins at keith.j.hoskins2.civ@army.mil.
    ACC-Rock Island S3COE Survey to Industry
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Rock Island, is issuing a Special Notice for the S3COE Survey to Industry. This opportunity aims to engage industry stakeholders to gather insights and information relevant to the Army's requirements and capabilities in the area of sustainment and support services. The feedback obtained will be crucial for shaping future procurement strategies and ensuring that the Army's operational needs are met effectively. Interested parties can reach out to the ACC-RI S3COE Team via email at usarmy.ria.acc.mbx.s3coe@army.mil for further details and to participate in this initiative.
    FY 25 Preventative Maintenance on and Repairs to Caterpillar, Volvo and John Deere Equipment and Engines
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Philadelphia District is seeking qualified contractors for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines as part of a Sources Sought Notice for Fiscal Year 2024. The procurement aims to assess industry interest and ensure a sufficient pool of contractors, both large and small, capable of performing essential maintenance tasks, including fluid sample testing and emergency/non-emergency repairs on specified heavy equipment. This IDIQ contract will span multiple years, with performance periods running from approximately April 21 to April 20 each year until April 2030, covering various locations in Pennsylvania, New Jersey, Delaware, and Maryland. Interested contractors must submit their qualifications and capability statements via email to Tiffany Chisholm by November 14, 2024, and must be registered in the System for Award Management (SAM).
    FY 25 U.S. Army Contracting Command – Redstone Arsenal (ACC-RSA) Headquarters, Field, & Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    The U.S. Army Contracting Command – Redstone Arsenal (ACC-RSA) is seeking innovative commercial solutions through a Commercial Solutions Opening (CSO) aimed at enhancing the Army's modernization efforts. This opportunity invites both traditional and nontraditional defense contractors to propose solutions that improve Army sustainment capabilities, focusing on areas such as supply chain innovation, maintenance technologies, and sustainment analysis studies, leveraging advancements in artificial intelligence, robotics, and data analytics. The CSO process includes multiple phases, starting with a solution brief submission, and is open until September 30, 2025, with evaluations based on technical merit and responsiveness to areas of interest. Interested parties can contact Carmen Madere at carmen.m.madere.civ@army.mil or Daniel Magar at daniel.e.magar.civ@army.mil for further information.
    M1E3 Engineering Change Proposal
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the M1E3 Engineering Change Proposal, aimed at enhancing military armored vehicle capabilities. This procurement focuses on the manufacturing and modification of tanks and their components, which are critical for maintaining and advancing national defense capabilities. The work will be performed in Sterling Heights, Michigan, and is categorized under the NAICS code 336992, emphasizing its significance in military research and development. Interested parties can reach out to Shalonda Hawkins at shalonda.l.hawkins.civ@army.mil or John Finn III at john.j.finn75.civ@army.mil for further details regarding the solicitation process.
    CHASSIS,TWD ARR INT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair of existing units of the CHASSIS, TWD ARR INT. This procurement focuses exclusively on the repair of existing units, with no consideration for new, used, or refurbished units, and requires vendors to demonstrate access to necessary data for repairs, which is typically not owned by the government. The contract will involve detailed evaluation and repair processes, including specific pricing requirements for various repair scenarios, and mandates compliance with military packaging standards. Interested vendors should contact Gordon Kohl at 717-605-3629 or via email at gordon.kohl@navy.mil for further details, with quotes expected to remain valid until at least September 30, 2025.
    Strategic Initiatives (SI) DSCA TEAMS
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking sources for the Strategic Initiatives (SI) Defense Security Cooperation Agency (DSCA) Technical Engineering Analytical Management Support (TEAMS) contract. This procurement aims to enhance strategic planning services and support the Defense Security Cooperation Agency's Golden Sentry Inventory Reporting (GSIR) End-Use Monitoring (EUM) Scanner Project, which involves programmatic and IT activities essential for managing defense articles sold internationally. The contractor will be responsible for providing personnel, technology, and support services while ensuring compliance with security protocols, including the requirement for contractor personnel to hold SECRET-level clearances. Interested parties must submit their capacity statements and qualifications by March 19, 2025, and can contact Kim Robinson-Leach at kim.m.robinson-leach.civ@mail.mil or Lamont Joy at darrell.l.joy2.civ@mail.mil for further information.