Sole Source requirement for Preventative Maintenance of two (2) each Hanel Lean-Lift Storage Systems.
ID: W912NW-25-Q-0005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK CCAD CONTR OFFCORPUS CHRISTI, TX, 78419-5260, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command, is seeking a contractor for the sole source requirement of preventative maintenance for two Hanel Lean-Lift Storage Systems at the Corpus Christi Army Depot in Texas. The contract entails semi-annual maintenance visits, with the contractor required to coordinate these visits at least 20 days in advance, ensuring compliance with federal standards and regulations. This procurement is critical for maintaining operational efficiency and is limited to Minor Corporation, the sole qualified source due to its exclusive access to proprietary engineering data and expertise related to the Hanel systems. Interested parties can contact Terry B. Clark at terry.b.clark4.civ@army.mil or by phone at 361-961-6489 for further details. The contract will utilize Operations and Maintenance funds for fiscal year 2024 and includes a base year plus three option years.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a memorandum from the Army Contracting Command regarding a follow-on contract for semi-annual preventative maintenance (PM) of the Hanel Lean-Lift Storage System at the Corpus Christi Army Depot. The contracting agency specifies that Minor Corporation is the sole qualified source for the service, due to its exclusive access to proprietary engineering data and expertise related to the Hanel systems. The anticipated contract, categorized under simplified acquisition procedures, will utilize Operations and Maintenance funds for fiscal year 2024. Market research, conducted from April to August 2024, verified that no other contractors could fulfill the required services. The document asserts compliance with federal acquisition regulations, stating that this justification meets the criteria for sole-source procurement. The contract officer certifies that the necessity for limiting competition is justified and that the pricing for the contract will be fair and reasonable. This memorandum serves to explain the rationale behind limiting competition in federal procurement processes, particularly when specialized expertise and proprietary requirements are involved, ensuring that the government can effectively maintain key operational systems.
    The document outlines Solicitation W912NW25Q0005 for the provision of semi-annual preventative maintenance on Hanel Lean-Lift Storage Systems at the Corpus Christi Army Depot. The contractor must schedule two maintenance visits annually, coordinating with the depot at least 20 days ahead. The acquisition targets small businesses, including those eligible under various classifications (e.g., service-disabled veteran-owned, women-owned). It emphasizes adherence to regulatory clauses and certification requirements, including the need for compliance with federal standards related to labor, child rights, and environmental protection. The solicitation is part of a transition to the Army Contract Writing System (ACWS), which may result in changes to submission procedures. This document facilitates the government's intent to efficiently procure maintenance services while supporting small business participation and ensuring compliance with pertinent regulations.
    Lifecycle
    Similar Opportunities
    SOLE SOURCE Service contract for the replacement of liner bearings in the Non-Rotating Control Swash Plate P/N 7-311527061.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a sole-source service contract for the replacement of liner bearings in the Non-Rotating Control Swash Plate P/N 7-311527061, crucial for the Rotor Control Branch's operations. This contract is designated for Sargent Aerospace & Defense, LLC, the original equipment manufacturer (OEM), which possesses the proprietary processes and technical data necessary for this specialized work. The contract, funded by Army Working Capital Funds, is set to commence in FY 2025 with a performance period of 12 months, and the offer due date is scheduled for 11:00 AM on October 22, 2024. Interested parties can contact Terry B. Clark at terry.b.clark4.civ@army.mil or by phone at 361-961-6489 for further details.
    Sole Source requirement to Original Equipment Manufacturer (OEM) for repair services to the Stratasys Fortus FDM 400MC 3-D Printer.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is seeking a sole source procurement for repair services to the Stratasys Fortus FDM 400MC 3-D Printer, with a focus on replacing critical components such as the SMART BEARING BLOCK and RAIL. This requirement underscores the importance of maintaining operational capabilities for advanced 3D printing technology, which is essential for various defense applications. The estimated performance period for this contract is three months, with funding allocated under the Army's Operations and Maintenance budget for FY 2024. Interested contractors should direct inquiries to Terry B. Clark at terry.b.clark4.civ@army.mil or call 361-961-6489, with proposals due by October 23, 2024, at 1:00 PM local time.
    Sources Sought Notice (SSN) with intent to sole source for MESOSCALE DEFENSE SECTOR PR2 MODEL 1800 SERVICE PACKAGE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking vendors for a Sources Sought Notice regarding a sole-source contract for extended warranty services on the Mesoscale Defense Sector PR2 Model 1800 systems. The primary objective is to ensure operational readiness for laboratory analyzers used in training programs that certify personnel from various military branches, with the contract spanning 12 months and options for two additional years. This service is critical for maintaining the functionality of essential medical training equipment at the U.S. Army Medical Center of Excellence in Fort Sam Houston, Texas. Interested parties are encouraged to submit their company information and relevant experience to Walter L. Williams at walter.l.williams24.civ@army.mil or Jared Kiser at jared.l.kiser.civ@army.mil by the specified deadline, as responses will help shape the requirements and potentially foster competition among small businesses.
    Work in Process Control Area Labor Support Services
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking to extend the Work in Process Control Area Labor Support Services at the Corpus Christi Distribution Center in Texas through a modification of Contract SP3300-20-C-5001 with Bowhead Operations and Maintenance Solutions, LLC. This extension is necessary to ensure the continuation of critical services, including management, supervision, and labor for material handling and computer operations, which are vital for supporting the operations of the Corpus Christi Army Depot. The modification will last for two months, from January 1 to February 28, 2025, to prevent disruptions in ongoing military logistics operations, and it is important to note that this action is not a solicitation for competitive bids. For further inquiries, interested parties can contact Contracting Specialist Angel Maldonado Rodriguez at angel.maldonado@dla.mil or by phone at 717-770-4074, or Contracting Officer David R. Gilson at david.gilson@dla.mil or 717-770-4496.
    Halvorsen Overhaul
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year Fixed Price Incentive Firm Target (FPIF) contract to provide overhaul and maintenance support for the 25K Halvorsen Aircraft Cargo Loader. This self-propelled cargo transporter, crucial for transferring loads between warehouses and cargo aircraft, requires comprehensive maintenance to ensure operational readiness across various Air Force and commercial aircraft. The anticipated contract will be awarded as a sole source to Leonardo DRS, with a formal solicitation expected to be released around August 16, 2024, and a response deadline of 30 days thereafter. Interested parties may contact Deborah Simmons or Tiffany Davis-Patterson via email for further inquiries.
    Work In Process Control Area (WIPCA) Labor Support Services at DLA Distribution Corpus Christi, Texas
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking Work In Process Control Area (WIPCA) Labor Support Services at DLA Distribution Corpus Christi, Texas. This service is typically used for providing all management, supervision, and labor required for Beyond Economical Repair (BER) and receipt, stow, issue, local delivery of material, and Computer Operations in the Work in Process Control Area (WIPCA) of the Corpus Christi Army Depot (CCAD) Maintenance Activity. The anticipated period of performance for this contract is from October 1, 2024, through September 30, 2029. The Small Business Administration’s 8(a) program will provide for full and open competition after the exclusion of sources under FAR Part 15, Contracting by Negotiation. The North American Industry Classification System (NAICS) code and size standard are 493110 and $34 million, respectively. The incumbent contractor is Bowhead Operations and Maintenance Solutions, LLC performing under Contract No. SP3300-20-C-5001. Interested offerors are encouraged to register as an interested vendor and a site visit is planned for the week of January 22, 2024. For more information, contact Angel Maldonado at angel.maldonado@dla.mil and Daniel Lentz at daniel.lentz@dla.mil.
    Scanning electron microscope maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is seeking information from qualified contractors for maintenance services of scanning electron microscopes (SEM) at the Corpus Christi Army Depot in Texas. The procurement involves a non-personal services contract for preventative maintenance and repair of the SEM Energy Dispersive Spectrometer (EDS), which is critical for forensic analysis and production support related to rotary wing aircraft and engine testing. Interested companies are encouraged to respond to the Request for Information (RFI) by September 25, 2024, providing details about their capabilities, business size, and socio-economic status, with no compensation for responses. For further inquiries, potential respondents may contact Edward Chilson at edward.a.chilson.civ@army.mil or Dawyn M. Martinez at dawyn.m.martinez.civ@army.mil.
    Forklift and Lift Equipment Maintenance for Raven Rock Mountain Complex
    Active
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking potential vendors to provide maintenance services for forklifts and lift equipment at the Raven Rock Mountain Complex in Maryland. The procurement includes comprehensive maintenance tasks such as annual inspections, preventive and corrective maintenance, and emergency repairs for specific equipment from manufacturers like JLG, Genie, and Clark. This contract is crucial for ensuring operational efficiency and safety compliance, with a structure comprising a 12-month base period and four option years. Interested contractors, particularly those classified as Small, HUB-Zone, or Service-Disabled Veteran-Owned Small Businesses, must submit their capabilities and previous experience by November 15, 2024, to primary contact Stacy Alleyne at stacy.n.alleyne.ctr@mail.mil or secondary contact Keisha Simmons at Keisha.L.Simmons.civ@mail.mil.
    Automated Kiosk Software Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract for the maintenance of automated kiosk software used at Visitor Control Centers (VCCs) across Joint Base San Antonio-Randolph in Texas. The contract will cover software maintenance for five automated kiosks, including support tasks such as cloud queue management, messaging, and live online helpdesk support, with the selected vendor being Frontier Vision Technologies, Inc. (DBA Evogence), the original manufacturer and developer of the proprietary software. This maintenance is crucial for ensuring efficient visitor check-in and management, thereby enhancing base access and reducing wait times. Interested parties may submit capability statements to the primary contact, Cathy Hardy, at catherine.hardy@us.af.mil, by 12:30 PM CST on October 23, 2024, for consideration in determining whether a competitive procurement will be pursued.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Active
    Dept Of Defense
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.