Jet Edge Preventative Maintenance and Emergency Repairs
ID: W911KF25Q0036Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC ANADANNISTON, AL, 36201-4199, USA

NAICS

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

PSC

MISCELLANEOUS MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4940)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for preventative maintenance and emergency repair services for Jet Edge Water Jet machines at the Anniston Army Depot in Alabama. The contract requires the contractor to perform two annual preventative maintenance services per machine, conduct emergency repairs, and maintain a comprehensive documentation system for service calls and malfunctions. This initiative is crucial for ensuring the operational integrity and reliability of essential equipment used by the Army Depot. Interested contractors must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) by June 19, 2025, and are encouraged to contact Sara Young at sara.b.young.civ@army.mil or Larry Stephney at larry.d.stephney.civ@army.mil for further information.

    Files
    Title
    Posted
    The document outlines a Statement of Work for the provision of preventive maintenance (PM) and emergency repairs for Government-owned Jet Edge Water Jet machines located at the Anniston Army Depot (ANAD). The contract encompasses all necessary aspects, including labor, tools, diagnostic equipment, and compliance with original equipment manufacturers’ procedures. The contractor is required to perform two annual PM services per machine, covering inspections, replacements, and staff training. Emergency repairs must be executed by experienced personnel, with a commitment to provide technical support within specified timeframes. The contractor must maintain a documentation system for service calls and malfunctions, outlining action taken and parts replaced. Normal working hours for maintenance services are specified, with provisions for emergency support outside these hours. The contractor is also responsible for ensuring compliance with security and access regulations as set forth by the government. The contract period spans a minimum of one year with four potential one-year extensions, focusing on the operational integrity and availability of the water jet machines. This initiative reflects the government’s commitment to maintaining essential operational equipment while ensuring reliability and responsiveness in service support.
    The document outlines the requirements for evidence of authority for individuals signing offers on behalf of organizations in response to federal and state RFPs. It specifies that such evidence is necessary except for sole proprietorships, where the owner can sign without additional certification. Two templates are provided: one for corporations, known as the "Certificate of Corporate Official/Agent’s Authority," which certifies that a designated official is authorized to bind the corporation in contracts; and another for partnerships or unincorporated firms, the "Certificate of Authority to Bind Partnership," which similarly confirms that a member of the partnership can represent and execute contracts on its behalf. Each certificate requires signatures from officials and/or members to validate the authority. The document serves as a guideline to ensure that legitimate representatives submit offers, contributing to the integrity of the procurement process.
    This document outlines the evaluation criteria for an RFP concerning the operation, maintenance, and servicing of Jet Edge equipment. It emphasizes two main evaluation factors: Past Performance and Price, with Past Performance being prioritized over Price. For Past Performance, the Government will assess each offeror's performance confidence through a Performance Confidence Assessment. Offerors must submit 3 to 5 questionnaires detailing recent (within the last 3 years) and relevant contracts that demonstrate capability in compliance with original equipment manufacturers' procedures. The Price evaluation will determine the Total Evaluated Price, with additional scrutiny on price reasonableness—assessing whether the price reflects what a prudent business would reasonably incur. The Government has the discretion to evaluate price reasonableness via various methods specified in FAR 15.404-1. This process ensures that the Government selects offers based on demonstrated past success and fair pricing, vital for fulfilling the requirements set forth in the contract SOW.
    The document outlines a Past Performance Questionnaire related to the solicitation for Jet Edge Preventative Maintenance and Emergency Repairs at the Anniston Army Depot. It solicits input from businesses regarding their experiences with a proposed prime contractor, emphasizing the importance of performance assessment in the contractor selection process. Respondents are required to provide detailed project information, including contractor names, contract dates, and descriptions, along with an evaluation based on various criteria such as customer satisfaction, schedule adherence, technical requirements, and resolution of technical issues. The questionnaire employs a rating scale from "Excellent" to "Poor" for respondents to assess the contractor's performance comprehensively. This approach aids the Anniston Army Depot in making informed sourcing decisions based on past performance, which is critical in the context of federal contracting and grants, where accountability and reliability are essential for successful project execution.
    This document is an amendment to a federal solicitation (Contract ID W911KF25Q0036) pertaining to the Anniston Army Depot. The amendment specifies changes to the terms of the solicitation, particularly setting a deadline for the submission of questions related to the solicitation, which is due by May 7, 2025, at 10:00 AM CST. This alteration aims to inform potential contractors of the procedural requirements and ensure clarity in the solicitation process. The amendment also emphasizes that all other terms and conditions remain unchanged and in full effect. The document is standard in structure, including sections for contractor information, modification details, and a summary of changes, which reflects the formalities typical in government Request for Proposals (RFPs) and contracts, ensuring comprehensive communication for all parties involved. The primary focus is to facilitate the solicitation process by establishing clear communication timelines and maintaining contract integrity.
    The document is an official amendment to a government solicitation (Contract ID W911KF25Q0036) issued by the Anniston Army Depot. It serves to clarify details regarding the parts needed for emergency repairs and general use of machinery. The amendment indicates that parts required will be categorized under all parts CLINs, which will be funded by a government-set maximum amount and used as necessary. There is no extension on the deadline for submissions, and all other terms remain unchanged. The document is structured with formal identification details, including contractor information and contact specifics, alongside procedural instructions for acknowledging the amendment. Overall, the purpose is to provide clarity and address specific inquiries related to the solicitation process while ensuring all other stipulations remain intact.
    This document is an amendment to a government solicitation (W911KF25Q0036) issued by the Anniston Army Depot, extending the due date for offers from May 6, 2025, to June 19, 2025, at 10:00 AM CST. The amendment states that no questions concerning the solicitation or its amendments will be accepted. All other terms and conditions remain unchanged. The purpose of the modification is administrative, aimed at ensuring the timely submission of offers while maintaining the integrity of the solicitation process. The document outlines the necessary steps for offerors to acknowledge receipt of the amendment and clarifies that changes to previously submitted offers may be communicated before the amended due date. This solicitation and its amendment are part of federal RFP processes, emphasizing transparency and fairness in governmental procurement.
    The government file pertains to a solicitation (W911KF25Q0036) dated April 30, 2025, for the Anniston Army Depot. It includes a request for proposals (RFP) for preventative maintenance and emergency repair services, outlining specific requirements for performance and compliance. The contract emphasizes that offers must be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) and validates that contractors must confirm their registration in the System for Award Management (SAM). Key components of the solicitation include terms for preventative maintenance services to be conducted semi-annually, emergency repairs billed at an hourly rate, and a budget for necessary parts. The document also states various regulatory and administrative procedures related to safety, security, and environmental compliance that contractors must adhere to while on site. Further, it specifies contractual obligations such as the provision of insurance, adherence to safety protocols, proper identification for access, and mandatory training for contractor personnel. Notably, these requirements reflect the government's commitment to safety, compliance, and efficient contract management, ensuring that services directly align with operational needs at the Army Depot.
    Similar Opportunities
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for the Dynapower Pump Replacement 2025 under Solicitation Number W912EE26QA004. This procurement, designated as a 100% Small Business Set-Aside, aims to replace an outdated Dynapower pump and servo/moog valve on the Mat Sinking Unit's Matboat 4801, with the contract to be awarded based on capability and price, favoring the lowest-priced, capable offer. The successful contractor will be responsible for delivering the replacement pump by January 9, 2026, or one week after the award, with quotes due electronically by December 31, 2025, at 11:00 AM. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or R. Brent Hester at richard.b.hester@usace.army.mil.
    USARC J&A Redacted
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for maintenance and repair services related to equipment, as outlined in the redacted Justification and Approval (J&A) document for the USARC program. The procurement focuses on the maintenance and repair of shop equipment, which is critical for ensuring operational readiness and efficiency within military operations. The place of performance for this contract is Newport News, Virginia, and interested parties can reach out to Erin Roos, the Contract Specialist, at erin.c.roos.civ@army.mil or Angel Quander at angel.y.quander.civ@army.mil for further details. The specific funding amount and key deadlines have not been disclosed in the provided information.
    Solicitation for Reform Grinding Machine Repair at CCAD
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the repair and testing of a Reform Grinding Machine at the Corpus Christi Army Depot in Texas. The contractor will be responsible for restoring the machine to original equipment manufacturer (OEM) specifications, with the project timeline set between January 6, 2026, and January 5, 2027. This procurement is critical for maintaining operational efficiency and ensuring the reliability of equipment used in military operations. Interested contractors must submit a completed and signed SF1449 document along with their quotes, and they can reach out to Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or 361-961-7831 for further details.
    WIRE EDM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide a Mitsubishi EDM Model MV4800-Wire Electrical Discharge Machine (EDM) for the McAlester Army Ammunition Plant in Oklahoma. The procurement requires a machine that meets specific technical specifications, including a minimum cutting travel of 15 inches on the X-axis, 18 inches on the Y-axis, and 16 inches on the Z-axis, along with a wire range of .006 to .012 inches and a filtration system that filters water to 5 microns. This equipment is crucial for precision machining applications within military operations. Interested small businesses are encouraged to contact David Fortune at david.c.fortune.civ@army.mil or by phone at 918-420-6445 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Apache AH-64 Composite Main Rotor Blade
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a five-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the Maintenance and Overhaul (M&O) of Apache AH-64 Composite Main Rotor Blades (CMRB). This procurement aims to ensure the operational readiness and safety of the Apache helicopter fleet by providing necessary upgrades, repairs, and compliance with stringent quality standards, as CMRBs are classified as Critical Safety Items (CSI). Proposals must be submitted electronically by March 11, 2026, at 3:00 PM CST, and interested parties can reach out to primary contact Meagan M Melton at meagan.m.melton.civ@army.mil or secondary contact Jessica Mangum at jessica.t.mangum.civ@army.mil for further information.
    PUMP UNIT,CENTRIFUG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the PUMP UNIT, CENTRIFUG, under a sole source Advanced Equipment Repair Program (AERP). Contractors are required to submit a Firm-Fixed Price (FFP) proposal that includes comprehensive costs associated with the repair of potentially damaged or incomplete units, along with specific metrics such as teardown and evaluation rates, repair turnaround times, and any capacity constraints. This procurement is critical for maintaining operational readiness and ensuring the reliability of naval equipment, with a requested repair turnaround time of 365 days. Interested parties must have a valid U.S. Security Clearance of CONFIDENTIAL or higher to respond, and proposals should be directed to Kathryn Shutt at KATHRYN.E.SHUTT.CIV@US.NAVY.MIL or by phone at 717-605-2430.
    Customized Machine Base for Cannon Manufacturing Process Equipment for the Watervliet Arsenal
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is soliciting bids for a customized machine base designed for cannon manufacturing process equipment. This procurement requires the design, fabrication, installation, and training for a machine base capable of handling large workpieces, with specific dimensions and operational capabilities outlined in the Statement of Work. The machine base is critical for enhancing the manufacturing process of artillery systems, ensuring operational efficiency and precision. Proposals are due by December 16, 2025, and interested parties are encouraged to attend a site visit on December 15, 2025, to gain further insights into the project requirements; RSVP is required. For inquiries, contact Amanda Robinson at amanda.p.robinson2.civ@army.mil or 518-266-4931.
    PUMP,CENTRIFUGAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of centrifugal pumps. The procurement aims to ensure the operational readiness of these pumps, which are critical components in various military applications, by establishing a Repair Turnaround Time (RTAT) of 285 days. This solicitation emphasizes the importance of compliance with quality assurance standards and requires that all repairs meet specific operational and functional requirements as outlined in the contract. Interested contractors should submit their quotes, including pricing and RTAT, by the extended deadline of December 3, 2025, and can direct inquiries to Alison Harper at ALISON.E.HARPER.CIV@US.NAVY.MIL or by phone at 771-229-0456.
    Watervliet Arsenal - Sheet Metal Shear
    Dept Of Defense
    The Department of Defense, specifically the Army's Watervliet Arsenal, is seeking proposals from qualified small businesses to supply a hydraulic sheet metal shear. The procurement involves one unit of a hydraulic shear with a shearing length of 52 inches, requiring a 3-phase 220V, 15HP power supply, with specifications matching Baileigh Industrial Holdings Part BA9-1007087 or an equivalent product. This equipment is crucial for the arsenal's manufacturing operations, emphasizing the importance of quality and timely delivery, as past performance will significantly influence the evaluation process. Interested vendors must submit their quotes electronically and adhere to various compliance requirements, including security policies and reporting obligations, with inquiries directed to Stephanie Webster at stephanie.a.webster8.civ@army.mil or by phone at 518-266-4368.