CHANT Multi-Year Preventive Maint
ID: N0017425SIMAQG10018Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking contractor support for the CHANT Multi-Year Preventive Maintenance contract. This procurement involves onsite services for preventative maintenance, calibration, and emergency repairs for four specialized environmental testing units located at Picatinny Arsenal, New Jersey, covering one base year with four option years. The initiative is critical for maintaining operational effectiveness of defense equipment, ensuring compliance with national standards through regular maintenance checks and emergency repairs. Interested contractors can contact Tammy Kershner at tammy.r.kershner.civ@us.navy.mil or by phone at 301-802-6161 for further details, with preventative maintenance expected to commence within 45 days of contract award.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center requires onsite contractor support for preventative maintenance, calibration, and emergency repair services for four specialized environmental testing units located at Picatinny Arsenal, New Jersey. The contract will cover one base year with four option years and includes firm-fixed price services with a defined not-to-exceed allowance for parts. Key services include regular preventative maintenance checks, calibration compliant with national standards, and emergency repairs limited to six visits per year, each not exceeding 12 hours. A detailed scope of work outlines the necessary inspections, adjustments, and reporting required to maintain operational effectiveness. Specific contractual deliverables include Maintenance Reports, Calibration Reports, and Field Service Reports to ensure transparency and accountability in service delivery. Preventative maintenance must commence within 45 days of contract award, followed by annual service intervals. This initiative reflects the government's commitment to maintaining critical testing equipment in optimal condition to support ongoing defense operations.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    DART-Mass Spectrometer Maintenance, R11
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking a contractor for the maintenance and support of a DART-Mass Spectrometer over a twelve-month period, with an option for four additional years. The contractor will be responsible for providing preventative maintenance, which includes one annual on-site service visit, software updates, and unlimited emergency maintenance visits within 72 hours of notification. This maintenance is crucial for ensuring the operational efficiency of analytical laboratory instruments used in defense applications. Interested parties should contact Natella Calliste at natella.k.calliste.civ@us.navy.mil or Nicole Coleman at nicole.coleman@navy.mil for further details regarding the procurement process.
    Quality Assurance and Testing Equip Repair Service
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division, is seeking a contractor to provide Quality Assurance and Testing Equipment Repair Services, specifically for a Coordinate Measurement Machine at the Explosive Ordnance Disposal Technology Center. The contractor will be responsible for remedial maintenance, replacement parts, and technical support, ensuring compliance with original equipment manufacturer (OEM) standards to minimize equipment downtime. This service is critical for maintaining operational readiness and reliability of analytical instruments used by the government. Interested parties should contact Shannon Wooten at shannon.cloud-wooten@navy.mil for further details, as this opportunity is set aside for 8(a) sole source under FAR 19.8, with no government-furnished materials required and all tasks classified as unclassified activities.
    Synopsis - NUWCDIVNPT Code 25 Covered Hardware Evaluation and Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking contractors for the evaluation and repair of critical hardware components used in submarine platforms, specifically the Universal Weapon Launcher and Weapon Launch Console Integrated Enclosure systems. The procurement aims to maintain the operational capabilities of Seawolf-Class and Virginia Class submarines, ensuring the integrity of essential technologies while adhering to stringent financial and security standards. Contractors will be required to follow a detailed Statement of Work (SOW) that outlines evaluation processes, repair procedures, and compliance with national security protocols, with work performed at the contractor's facility funded through Working Capital Funds and Other Procurement for the Navy. Interested parties can contact Garrett Parks at garrett.b.parks2.civ@us.navy.mil or Kathleen Hourihan at kathleen.m.hourihan.civ@us.navy.mil for further information.
    Preventive Maintenance - Steelco medium sized steam sterilizer autoclave and Sussman SSB-72 72kW electric Instruments
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center, is soliciting proposals for preventive maintenance services for a Steelco medium-sized steam sterilizer autoclave and a Sussman SSB-72 72kW electric instrument. The contractor will be responsible for providing qualified labor, materials, and equipment for regular maintenance, repairs, and emergency services over a potential five-year period, ensuring compliance with safety standards and operational readiness in a critical medical research environment. This opportunity is particularly aimed at Women-Owned Small Businesses (WOSB) and has a maximum award amount of $12.5 million, with proposals due by the specified deadline. Interested parties can contact Shamai Carter at shamai.m.carter.civ@health.mil or Deborah M. Sharpe at deborah.m.sharpe2.civ@health.mil for further information.
    Door Repair
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), is seeking a contractor for the replacement of the RF Shielded Chamber door operator in Building 1530. The selected contractor, Braden Shielding Systems, LLC, will be responsible for supplying all necessary materials, hardware, and labor to complete the project, which is expected to last six months. This procurement is critical for maintaining operational integrity and security within the facility, as the RF Shielded Chamber is essential for various defense-related activities. Proposals are due by 12:00 PM on February 27, 2025, and interested parties can contact Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil or by phone at 540-742-8882 for further information.
    AGILANT OF RENEWAL
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking quotations for a maintenance contract renewal for Agilent Technologies instruments at the U.S. Naval Fuels & Lubricants Chemistry Laboratory. The procurement aims to secure preventative maintenance and on-demand services to ensure the optimal performance of critical analytical equipment, which is essential for supporting naval operations related to fuel and lubricant services. This contract, which spans from February 17, 2025, to February 16, 2026, includes specific service expectations and compliance with federal, state, and local regulations. Interested vendors should direct inquiries to Annie N. Bohmann at annie.n.bohmann.civ@us.navy.mil for further details regarding the submission process and requirements.
    N3904025Q1004 Preventative and Remedial Maintenance for Relocatable Structures
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals from qualified contractors for preventative and remedial maintenance services for relocatable structures. The contract encompasses a range of services, including maintenance of emergency lighting and HVAC systems, with a total contract value of $12,500,000 for the period from March 1, 2025, to February 28, 2026. These services are critical for ensuring the safety and operational integrity of government facilities, adhering to established safety and operational standards. Interested contractors, particularly Women-Owned Small Businesses, should contact Gary W. Murdock at gary.w.m.murdock.civ@us.navy.mil or call 207-994-0292 for further details and to ensure compliance with the submission process.
    J--Boat Preventative Maintenance and Repair
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four harbor security boats at Naval Weapons Station Yorktown, VA. The services will be acquired through a small business set-aside procurement action. The contract will have a three-year ordering period starting on July 1, 201 and ending on June 30, 2021. Interested vendors can download the request for quote from the NECO and FBO websites. Vendors must be registered in the Central Contractor Registration (CCR) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    Facility Maintenance Management and Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking market capabilities for Facility Maintenance Management and Services. The anticipated procurement involves an Indefinite Delivery Indefinite Quantity Contract valued at approximately $250 million over a potential 90-month period, which includes one base year and six option years, covering a range of operational areas such as Command and Staff, Public Safety, Air Operations, Port Operations, Supply, and Facilities Support. This Sources Sought Notice is intended for preliminary market research to inform future solicitations, and interested firms are encouraged to complete a Market Research Questionnaire by February 25, 2025. For further inquiries, interested parties may contact Maureen Pierre-DeMarco at maureen.pierre-demarco.civ@us.navy.mil or Christopher Jennen at christopher.j.jennen.civ@us.navy.mil.
    Maintenance for (5) Dust and Fume Collectors Annually and Quarterly
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a contractor to provide maintenance services for five Dust and Fume Collectors at the Norfolk Naval Shipyard in Portsmouth, Virginia. The procurement involves quarterly and annual maintenance tasks, including inspections, cleaning, filter replacements, and certification of fire suppression systems, with a contract period spanning from 2025 to 2026, consisting of one base year and an option for an additional year. This maintenance is crucial for ensuring operational efficiency and safety standards within military facilities, adhering to federal and state OSHA requirements. Interested vendors must submit their quotes by March 11, 2025, at 12:00 PM EST, and can direct inquiries to Roshanda Sansom at roshanda.l.sansom.civ@us.navy.mil or (757) 797-4351.