Letterkenny Army Depot Hybrid, Firm-Fixed-Price (FFP) and Time-and-Materials (T&M) requirements service contract to perform maintenance, repair and software support for the Testek Hydraulic Pump, Motor and Reservoir Test Station Model 720020
ID: W911N225R0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, USA

NAICS

Engineering Services (541330)

PSC

EQUIPMENT AND MATERIALS TESTING- WEAPONS (H210)
Timeline
    Description

    The Department of Defense, through the Letterkenny Army Depot, is soliciting proposals for a hybrid service contract to provide maintenance, repair, and software support for the Testek Hydraulic Pump, Motor, and Reservoir Test Station Model 720020. The contractor will be responsible for delivering technical assistance, repair parts, and training services, ensuring rapid response times for support and compliance with stringent safety and regulatory standards. This contract is crucial for maintaining operational efficiency and safety at the depot, with a performance period from May 1, 2025, to April 30, 2026, and options for two additional years. Interested parties must submit their proposals by March 7, 2025, and can contact David T. Serotkin at david.t.serotkin.civ@army.mil or 717-267-5372 for further information.

    Files
    Title
    Posted
    This document outlines essential guidelines for offerors responding to government solicitations. Key requirements include registration in the System for Award Management (SAM) for eligibility in contract awards and the need to complete annual representations and certifications. Offerors must submit their proposals, including any required signed amendments, without the expectation of discussions, indicating the importance of presenting their best prices initially. The document specifies payment protocols through Electronic Funds Transfer and outlines deadlines for price validity and the nature of the contracts (often Indefinite Delivery/Indefinite Quantity). Additionally, it provides procedures for filing protests through the Army Materiel Command (AMC) as an alternative resolution before escalating issues to external forums. The guidelines reinforce the seriousness of adhering to all outlined policies for compliance and successful award processes. Proper communication with the designated Contracting Officer is emphasized, ensuring all questions regarding the solicitation are addressed timely. The document reflects the structured and regulatory nature of responding to federal requests for proposals and the significance of clarity in contractual obligations.
    The Performance Work Statement (PWS) outlines contractor responsibilities for maintaining and supporting the Testek Hydraulic Pump, Motor, and Reservoir Test Station at the Letterkenny Army Depot. The contractor will provide technical assistance, repair parts, and software support, ensuring response times do not exceed 24 hours for calls and 10 business days for on-site troubleshooting after a task order. The contract spans one base year (May 2025 – April 2026) with two 12-month option years. Quality control measures will be enforced, including regular assessments by the Government to evaluate contractor performance against established standards. Additionally, various training, security, and safety policies must be adhered to by contractors and their personnel. These include mandatory AT Level I Awareness and OPSEC training within specified timeframes. The contractor is tasked with ensuring compliance with safety regulations and will also supervise training programs related to the operation and repair of the hydraulic test equipment. The overarching goal is to maintain operational efficiency and compliance during the equipment's lifecycle while integrating safety and regulatory standards throughout the contract period.
    The memorandum from the Letterkenny Army Depot Safety Office details the service and support requirements for the HIMARS Testek Hydraulic Pump and related equipment. The contractor is responsible for maintenance, technical assistance, and supplying necessary parts, with stipulated response times and conditions for on-site support. Additionally, contractors must adhere to LEAD's Safety Management System, ISO certifications, and extensive safety regulations, including OSHA standards. Key safety practices include rigorous hazard assessments, chemical approvals, and usage of personal protective equipment (PPE) for all personnel. The document emphasizes that contractors must ensure their workforce is qualified and trained for their tasks. Moreover, the Safety Office requests involvement in Technical Reviews to maintain updated safety considerations. All changes to the contract must be submitted to the Safety Office for evaluation. This memorandum underlines the commitment to safety and regulatory compliance during operations at the depot, representing a crucial framework for contractor responsibilities and safety protocols in federal contracts.
    The Army Contracting Enterprise (ACE) is transitioning to a new contract writing software, the Army Contract Writing System (ACWS), aimed at replacing outdated systems used globally in Army contracting offices. During this transition, offerors should note that submission instructions may differ from previous solicitations, requiring careful attention to details. Any changes in document formats or content should be promptly reported to the Contracting Officer, ensuring eligibility and compliance. The government intends to maintain the integrity of solicitation and award terms despite potential discrepancies arising from the software shift. If errors disrupt timely contract execution, alternative mechanisms may be utilized to facilitate immediate action, with the expectation of correcting and formalizing the award once systems are normalized. This communication emphasizes the need for vigilance among offerors and outlines procedures to mitigate issues related to this software transition, thereby facilitating a smooth contracting process.
    The document pertains to an amendment (W25G1Q4282R001) to a government solicitation, modifying contract W911N225R0006. The primary purpose of the amendment is to add the FAR Clause 52.212-4 Alt I, which outlines terms for Time-and-Material/Labor Hour (T&M/LH) contracts. Key components include inspection and acceptance protocols, rights of the government to inspect materials and services, guidelines for payment, assignment of rights, and dispute resolution. The contractor is obligated to remedy any deficiencies at their own cost if caused by fraud or misconduct. Furthermore, it addresses invoicing requirements, the government's risk of loss during transport, and termination rights for both convenience and cause. The essential details emphasize compliance with applicable laws, the establishment of costs, and the government's commitment to prompt payments while maintaining oversight of contractor performance. Overall, this amendment supports the effective administration of contracts in acquiring necessary services and ensures accountability and legal compliance in government spending.
    The document is a solicitation for a contract to provide service and support for the Testek Hydraulic Test Station, designated by the solicitation number W911N225R0006, issued by the Letterkenny Army Depot. The due date for offers is set for March 7, 2025. The solicitation includes a comprehensive scope of work requiring the contractor to supply various maintenance parts, technical support, and training services for a period spanning from May 1, 2025, to April 30, 2026. Key deliverables include major and minor repair parts, technical documents, and on-site support, with costs subject to approval and billed as actuals. The contract emphasizes quick response times for technical support and includes provisions for training Letterkenny personnel. Various clauses related to compliance with Federal Acquisition Regulations (FAR) are incorporated into the solicitation, underscoring the importance of adhering to federal standards. The document reflects the government’s emphasis on collaboration with small businesses, particularly service-disabled veteran-owned and women-owned businesses. Overall, the solicitation aims to secure reliable service while fostering equitable business opportunities within the contracting community.
    The Army Contracting Command - Letterkenny Contracting Office is conducting market research through a Sources Sought notice to identify potential vendors for maintenance, repair, and software support for the Testek Hydraulic Pump, Motor, and Reservoir Test Station Model #720020. The procurement, classified under NAICS code 541330 for Engineering Services, seeks contractors capable of providing technical assistance, parts, and documentation, with on-site support as needed. Interested parties must submit detailed capabilities statements, including business information, socioeconomic status, and past performance with government agencies, by 4 November 2024. The information gathered will inform whether the procurement will be open to all businesses or set aside for small enterprises. Participation in the System for Award Management and Wide Area Workflow is required for contract eligibility. Queries regarding this opportunity can be directed to David Serotkin via email or phone. This exercise is part of standard procurement processes within the federal landscape to ensure appropriate support for military equipment management.
    The Letterkenny Army Depot intends to issue a sole-source contract to Testek LLC for maintenance, repair, and software support of the Testek Hydraulic Pump, Motor, and Reservoir Test Station Model 720020. This contract, which will be a Hybrid Firm-Fixed-Price and Time-and-Materials arrangement, will cover one base year and two option years. Due to proprietary ownership of the technical data package (TDP), the government cannot solicit bids from other providers. The solicitation number W911N225R0006 is set to be released around February 14, 2025, with a closing date on or about February 28, 2025, and will be available on the SAM.gov website. Companies interested in bidding must be registered in the System for Award Management (SAM). Questions regarding the solicitation should be directed to the Contracting Officer, David Serotkin. This document serves informational purposes only and does not bind the government to contract obligations.
    Similar Opportunities
    REPAIR SERVICES JTE PROGRAM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Services JTE Program, focusing on the teardown, testing, and evaluation of motor controllers. Contractors are required to meet stringent military standards for inspection, testing, and potential repair of the specified equipment, ensuring compliance with quality assurance protocols and timely deliverables. This procurement is critical for maintaining the operational efficiency and reliability of defense equipment, with a bid submission deadline set for March 12, 2025. Interested parties can contact John Prather at john.prather.3@us.af.mil or by phone at 801-586-3463 for further details.
    Mission Breathable Air Maintenance Service Contract
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Tobyhanna Army Depot, is soliciting proposals for the Mission Breathable Air Maintenance Service Contract. This contract involves providing preventative maintenance and emergency repair services for breathable air systems, ensuring optimal operation and compliance with safety and environmental regulations. The services are critical for maintaining air quality and safety standards within military facilities, emphasizing the importance of reliable equipment in operational readiness. Proposals are due by March 3, 2025, following a mandatory site visit on February 20, 2025, and interested contractors should contact Dean Berkovics at dean.m.berkovics.civ@army.mil or call 570-615-6627 for further details.
    Overhaul of B-1 Hydraulic Motors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of B-1 hydraulic motors under Solicitation FA8118-25-R-0025. This procurement involves a one-year firm fixed-price requirements contract, where the selected contractor will be responsible for disassembly, cleaning, inspection, reassembly, and testing of the hydraulic motors to restore them to a like-new condition. The overhaul is critical for maintaining operational readiness and ensuring the reliability of essential defense equipment. Proposals are due by March 3, 2025, at 3:00 PM, and interested parties should direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil.
    Perform Annual Maintenance on Firetrucks for the Watervliet Arsenal
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting proposals for annual maintenance services on firetrucks at the Watervliet Arsenal in New York. The procurement requires vendors to perform comprehensive maintenance tasks, including chassis servicing, pump inspections, and adherence to strict delivery schedules and quality standards. This maintenance is crucial for ensuring the operational readiness and safety of fire-fighting equipment, which is vital for emergency services. Interested contractors should submit electronic proposals and can contact Coby Brickner at Coby.R.Brickner.Civ@army.mil or by phone at 518-266-4505 for further information.
    Pumping Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for the procurement of pumping assemblies under a firm-fixed-price contract. The solicitation aims to acquire portable, self-priming centrifugal pumping assemblies for the bulk transfer of fuel and water, with specific performance specifications outlined in MIL-PRF-52109J, which includes criteria for hydrostatic pressure endurance and rated flow capacities. This equipment is crucial for military operations, ensuring efficient and safe transfer of essential fluids. Interested suppliers must submit their quotations by March 12, 2025, and can direct inquiries to Angela Saunders at angela.saunders@dla.mil or by phone at 586-230-1017.
    43--PUMP, CENTRIFUGAL, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of centrifugal pumps. This procurement is part of an Advanced Equipment Repair Program (AERP) and requires a firm-fixed price proposal that includes comprehensive repair costs for potentially damaged or incomplete materials, along with specific turnaround times for delivery. The centrifugal pumps are critical components used in various naval applications, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors must have a valid U.S. Security Clearance of CONFIDENTIAL or higher and are encouraged to contact Kathryn Shutt at 717-605-2430 or via email at KATHRYN.SHUTT@NAVY.MIL for further details. Proposals are due with specific delivery timelines set for 2026.
    Power Pack, Hydraulic
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of hydraulic power packs under solicitation number SPRDL1-24-R-0005. This firm fixed-price contract requires vendors to comply with specific packaging, marking, inspection, and acceptance protocols, ensuring that all items are sourced from approved manufacturers and adhere to environmental regulations. The hydraulic power packs are critical components for military applications, aimed at maintaining operational readiness and reliability in defense systems. Interested vendors must submit their proposals electronically via the SAM.gov website by the specified deadline, and for further inquiries, they can contact Kay Lynn Machacek at kay.machacek@dla.mil.
    ACC-APG, Tobyhanna Division FY25 Fair Opportunity
    Buyer not available
    The Department of Defense, through the Tobyhanna Army Depot, is issuing a special notice for the FY25 Fair Opportunity, inviting proposals for various maintenance and construction services. The procurement encompasses a range of projects, including maintenance for generators, uninterruptible power supplies, and water-based sprinkler systems, with contract types primarily being Firm-Fixed-Price and Hybrid Time-and-Materials. These contracts are crucial for maintaining operational efficiency and infrastructure development at the depot, with estimated values ranging from $250,000 to $500 million and performance periods extending into fiscal year 2025. Interested vendors can reach out to primary contact Jenny Croughn at jenny.a.croughn.civ@army.mil or by phone at 570-615-7232 for further details.
    AIR COMPRESSOR MAINTENANCE SERVICE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for air compressor maintenance services at Altus Air Force Base in Oklahoma. The procurement requires comprehensive maintenance, including scheduled minor and major services, as well as unscheduled repairs for Ingersoll Rand equipment, ensuring operational readiness and compliance with safety and environmental regulations. This maintenance service is critical for the effective functioning of military operations, reflecting the government's commitment to maintaining high standards of equipment reliability. Interested contractors must submit their proposals by March 7, 2025, and can direct inquiries to Scott Swain at scott.swain.2@us.af.mil or Kelsey L. Brightbill at kelsey.brightbill@us.af.mil.
    Leica Hardware & Software Maintenance Plans
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Leica Hardware & Software Maintenance Plans through a presolicitation notice. The procurement aims to ensure the ongoing maintenance and support of Leica hardware and software systems, which are critical for various engineering and operational functions within the Army. These maintenance plans are essential for maintaining the reliability and efficiency of the Army's technological assets. Interested vendors should direct their inquiries to Deyonna R Poke at Cerl-CT-Quotes@usace.army.mil for further details regarding the submission process and any upcoming deadlines.