On-Call Service for Pick up, Refinish, and Return of Assets for Tobyhanna Army Depot
ID: W51AA125R0028Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT TYAD OFCTOBYHANNA, PA, 18466-0000, USA

NAICS

Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers (332812)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)

Set Aside

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

    The Department of Defense is soliciting proposals for an On-Call Service contract for the pickup, refinishing, and return of assets at the Tobyhanna Army Depot in Pennsylvania. This procurement involves a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which spans five years and requires compliance with military specifications for refinishing operations. The services are critical for maintaining the operational integrity of military equipment, ensuring that all refinished parts meet stringent quality standards. Interested small businesses must submit their proposals by June 23, 2025, with a minimum guaranteed contract amount of $100 and a maximum value of $9.8 million. For further inquiries, potential bidders can contact Dean Berkovics at dean.m.berkovics.civ@army.mil or by phone at 570-615-6627.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a contract to provide on-call services for the pickup, refinishing, and return of assets at Tobyhanna Army Depot (TYAD). This non-personal service includes a comprehensive range of tasks from surface preparation to paint application, adhering to military specifications. The contractor must maintain quality control and is fully responsible for preventing and remedying any defects during the refinishing process at no additional cost to the government. Key provisions include the need for the contractor's facility to be within a four-hour driving distance from TYAD for efficient transportation and inspections. The PWS emphasizes the contractor's obligation to follow various military specifications and quality assurance measures, including the submission of a Quality Control Plan upon contract award. The document further details the security, safety regulations, and compliance requirements imposed on contractors, reflecting the importance of safeguarding sensitive information. Regular inspections and an explicit warranty for work performed are mandated, ensuring operational integrity and quality standards throughout the contract duration. Overall, the PWS establishes a structured framework for the contractor’s responsibilities, aiming to streamline service delivery while ensuring adherence to military specifications and operational excellence.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal service contract for the Tobyhanna Army Depot (TYAD), focused on on-call pick up, refinishing, and return of parts. The contractor will provide comprehensive services including surface preparation, painting in compliance with military specifications, and quality control. Key tasks include ensuring adherence to MIL-SPEC standards, handling rework at no additional cost, and prompt pick-up and delivery within specified timeframes. The PWS emphasizes the contractor's responsibility for quality management, documentation compliance, and timely notifications of any issues affecting performance. Security measures are outlined, including background checks and adherence to safety protocols while working on government property. The contractor must demonstrate the capacity to manage materials and comply with federal regulations on controlled unclassified information. This contract structure allows TYAD to streamline services amidst workload fluctuations, ensuring readiness and efficiency in operations. The detailed safety and security guidelines highlight the commitment to safe operational practices within government frameworks.
    The document is a Non-Disclosure Agreement (NDA) related to Solicitation W51AA1-25-R-00XX issued by the Tobyhanna Army Depot (TYAD). It governs the handling and protection of technical data shared with a potential contractor (the "Recipient"). The NDA imposes strict limitations on the use and disclosure of the shared data, permitting utilization solely for government purposes and explicitly prohibiting any commercial use or disclosure to foreign entities. Key obligations include implementing security measures to protect data, notifying the Contracting Officer of any unauthorized disclosures, and managing data destruction timelines, which require the Recipient to destroy all data within 30 days post-contract award if unsuccessful, or within a year following a successful award. The agreement also mandates compliance with U.S. export regulations and requires that employees and subcontractors acknowledge these restrictions in writing. This NDA ensures the confidentiality of sensitive information and safeguards government interests in the procurement process.
    The document outlines the Quality Control Plan (QCP) requirements for a contract related to the On-Call Pick Up and Refinish of Parts under the Contract Data Requirements List (CDRL). The contractor must submit the proposed QCP to the Contracting Officer through the COR within ten calendar days after contract award. The QCP must include an organizational chart of the Quality Control Team, methods for monitoring compliance with deliverables and contract specifications, staff qualification processes, inventory tracking of government equipment, procedures for addressing non-conformances, and record-keeping for quality control documents for the contract's duration plus five years. The document specifies the acceptance timeline for the QCP and stresses the importance of adherence to government regulations and standards. Ultimately, it serves to ensure that the contractor maintains high performance and compliance throughout the contract lifecycle.
    The document outlines the Contract Data Requirements List (CDRL) for the "Quality Inspection Reports" related to the TYAD On-Call Pick Up and Refinish of Parts contract. The primary purpose is to ensure the delivery of quality control data to the contracting officer within stipulated timelines. Notably, the Quality Inspection Reports must include information on environmental conditions, pass/fail criteria, inspection results, and a determination of pass or fail status. The reports are a requirement of the performance work statement and should be submitted in writing within five calendar days post-contract award. The form includes several procedural instructions necessary for both the government and contractor to comply with, detailing how data items should be categorized, prepared, and approved. Price groups for related efforts are defined to account for different levels of responsibility and costs associated with delivering necessary data items, emphasizing that costs should reflect only those incurred due to the requirements of the data submission. Overall, this document serves as a structured approach to verifying compliance and quality in contracted services, ensuring government accountability in data accuracy and timeliness.
    The document outlines the Contract Data Requirements List (CDRL) for the corrective action plan associated with the TYAD On-Call Pick Up and Refinish of Parts contract. It specifies that the contractor must submit a Corrective Action Plan to the Contracting Officer within five calendar days of contract award. This plan must identify quality issues affecting refinishing performance, provide immediate corrective action, and include a root cause analysis along with long-term preventive measures. The document emphasizes compliance with government specifications including the format and content necessary for review. The CDRL ensures that quality issues are communicated effectively to prevent recurrence and maintain product integrity. This contractual requirement supports the larger context of government Request for Proposals (RFPs) by establishing clear expectations for data submission and quality assurance within contractor performance.
    The document outlines the Contract Data Requirements List (CDRL) for the "Contractor's Personnel Roster" related to a contract for "On-Call Pick Up and Refinish of Parts." It specifies the format and content needed for the roster, which must include detailed information for contractor personnel assigned to the contract, including names, titles, contact information, and work locations. Key elements include requirements for submission of the roster to the Contracting Officer within five days post-contract award, as well as guidelines on how to categorize different types of data items required under government contracts. The document serves to ensure the contractor complies with necessary data requirements crucial for the effective management of the contracted work. The document is structured with detailed instructions for both government personnel and contractors, providing clarity on responsibilities, submission timelines, and content formatting while maintaining compliance with government regulations surrounding contractual data submissions.
    The document is a Contract Data Requirements List (CDRL) for the TYAD On-Call Pick Up and Refinish of Parts contract, specifically detailing the requirement for signed non-disclosure statements from the Contractor. It outlines that these non-disclosure agreements must be returned to the Government within ten calendar days of contract award. The structure of the document includes sections for contract details, specific data item requirements, submission dates, and instructions for completing the form. Key points include the F005 contract reference, the importance of the non-disclosure statements in protecting sensitive information, and the government's obligation to provide the agreement format. The contractor's adherence to these stipulations is critical, as breaches may lead to personnel removal from the project. The document reinforces the necessity for clear communication and compliance within federal contract frameworks, ensuring confidentiality and legal protection of governmental data.
    The document outlines the Contract Data Requirements List (CDRL) for the TYAD On-Call Pick Up and Refinish of Parts project. It specifies a Technical Report–Study/Services as a key deliverable, governed by the Property Management Plan in accordance with federal acquisition regulations. The contractor is required to submit the Property Management System procedures within 60 days of contract award, with subsequent changes needing approval from the Government Property Administrator. The document details the submission process, distribution, and frequency of reporting requirements, emphasizing electronic delivery in a specified format. Additionally, it outlines the pricing structure for various data item categories, ranging from items essential to contract performance to those produced under normal operations. Overall, it serves to ensure compliance with government expectations regarding project documentation and management of government property, pivotal for maintaining operational efficiency within federal contracting frameworks.
    This document contains responses to inquiries regarding a government contract focused on refinishing services for Army materials. It specifies that the TM 43-0139 Painting Instructions cannot be distributed, but can be purchased online. Most stencils will be painted, though etching may occasionally be used. The expected turnaround for refinishing services is ideally one week, with two weeks being acceptable based on asset size and quantity. Historical data indicates that transportation involves box trucks and tractor-trailers, typically carrying between ten to twenty-five pallets or one to four trucks for larger items like Humvees. The warranty covers both cosmetic and functional defects, with outsourced items inspected to the same standards as internally produced items. Overall, the document outlines logistical expectations, asset marking methods, and warranty conditions relevant to the contract, supporting efficient service delivery within the operations of the U.S. Army.
    The document presents a solicitation for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on refinishing services for parts in accordance with military specifications. The solicitation, numbered W51AA125R0028, was issued on May 22, 2025, with offers due by June 23, 2025. It outlines a minimum guaranteed amount of $100 and a maximum contract value of $9.8 million over a five-year period. Each task order issued under the IDIQ will range between $1,500 and $500,000, and will be awarded based on best value and established evaluation criteria such as price and past performance. The contractor must comply with various government regulations and standards, including those related to quality control and inspections, ensuring services meet the required specifications. The document emphasizes the importance of timely performance and outlines potential consequences for unsatisfactory past performance. Moreover, it mentions the use of the Wide Area Workflow (WAWF) system for electronic invoicing and payment submissions. Overall, this solicitation aims to streamline the acquisition process for refinishing services while adhering to federal guidelines and promoting small business participation.
    The document outlines Solicitation W51AA125R0028, a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for refinishing services for the U.S. Army, specifically geared towards fulfilling surge requirements. The contract spans five years, establishing a minimum guaranteed value of $100 and a maximum limit of $9,800,000. Task orders may range from $1,500 to $500,000, reflecting varying service needs. The solicitation incorporates numerous clauses and data requirements, emphasizing quality control, inspection, and contractual compliance. The document stipulates uniform procedures for request proposals, emphasizing fair competitive practices among contractors, particularly small businesses, who must maintain current registrations and be accountable for their past performance. Each task order awarded will be evaluated based on price, past performance, and delivery schedule, aiming for the Lowest Price Technically Acceptable (LPTA) or Trade-off approach. Additionally, contractors are expected to adhere strictly to the performance work statement (PWS) and associated regulations within the Tobyhanna Army Depot environment. Overall, this solicitation underscores the government's commitment to ensuring quality service delivery while fostering small business participation in federal procurement.
    Similar Opportunities
    Vehicles Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Dept Of Defense
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    5 year IDIQ All level 1 and SUBSAFE Material.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking offers for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply components for cable cutters and reel machines. This procurement includes critical items such as drum shafts, retention nuts, push rods, and various fasteners, all of which must meet stringent SUBSAFE and Level I material requirements as outlined in NAVSEA specifications. These components are essential for the operational integrity of naval equipment, ensuring safety and reliability in maritime operations. Interested vendors should contact John LaMotta or David Torres via email at david.torres22.civ@us.navy.mil for further details, with the contract expected to commence around May 30, 2026.
    25--MODIFICATION KIT,VE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Modification Kit (NSN 2590003308642) for vehicular equipment components. The contract will involve an estimated quantity of 25 units, with a potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000, with a guaranteed minimum of three units. This procurement is crucial for maintaining military armored vehicles and their components, ensuring operational readiness and support for various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online for review.
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    Balance Arbor IDIQ
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for a Firm-Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract titled "Balance Arbor IDIQ." This contract aims to manufacture and inspect large/intermediate universal dummy hubs, which are essential for the inspection and repair of Controllable Pitch Propeller (CPP) blades used in various Navy ship classes. The awarded contractor will be responsible for adhering to specific technical requirements outlined in the Statement of Work (SOW) and must comply with quality management standards, including ISO 9001, while performing work at their own facilities. Interested parties should contact Grace Haley at grace.k.haley.civ@us.navy.mil or Francis J. Brady at francis.j.brady14.civ@us.navy.mil for further details, with the total contract value estimated at $50 million and a performance period extending up to six years.
    Vertical storage unit repair and maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide repair and maintenance services for vertical storage units at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement involves comprehensive preventive maintenance and repair services for 17 vertical carousels and 24 vertical lift modules, ensuring compliance with OEM recommendations and safety standards, with a contract value estimated at $12,500,000 over three years. These services are critical for maintaining operational efficiency and extending the lifespan of the automated storage systems. Interested vendors must submit their quotes electronically by December 14, 2025, and can contact Michael Pitone or Lawrence Mark for further information.
    Industrial Carpenter Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for Industrial Carpenter Services to support operations at the Andrew T. McNamara Headquarters Complex. This procurement involves providing comprehensive management, labor, supervision, tools, materials, and equipment necessary for both interior and exterior building services, structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a minimum value of $5,000 and a maximum ceiling of $24 million. The contract will span a base year from February 28, 2026, to February 27, 2027, with four additional one-year options, emphasizing the importance of quality and compliance with industry standards. Proposals are due by January 9, 2026, and must include five specific volumes for evaluation, with a site visit scheduled for November 20, 2025. Interested parties can contact Angela Mattox at angela.mattox@dla.mil for further information.