Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
ID: W519TC-25-Q-MESE_V2Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

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

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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 procurement involves a comprehensive range of services, including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, ensuring compliance with Original Equipment Manufacturer (OEM) specifications and national safety standards. This contract, which spans a base year with four optional renewal periods, is critical for maintaining the operational readiness and safety of essential manufacturing equipment, including lathes, robots, and CNC machines. Interested vendors must submit their proposals by December 30, 2025, and can direct inquiries to Contract Specialist Dustin Sexton at dustin.p.sexton.civ@army.mil or Contracting Officer Bryce Willett at bryce.t.willett.civ@army.mil.

    Files
    Title
    Posted
    This Performance Work Statement outlines requirements for maintaining industrial and manufacturing equipment at Crane Army Ammunition Activity. The contractor will perform electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, programming, calibration, preventive maintenance, and repairs, ensuring equipment meets Original Equipment Manufacturer (OEM) specifications. Key aspects include strict response times for emergency and routine repairs, comprehensive preventive maintenance schedules, and protocols for acquiring and managing replacement components. The contractor must adhere to national standards like NFPA 70 and OSHA 2206, implement a Lockout/Tagout (LOTO) program, and comply with rigorous security, environmental, and safety regulations. This includes managing hazardous waste and materials, preventing storm water pollution, and ensuring all personnel complete required training. The contract has a 12-month base period and four 12-month option periods, totaling 60 months, with specific invoicing and reporting procedures.
    The document outlines a Request for Proposal (RFP) for "Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments" for the Crane Army Ammunition Activity (Contract Number: W519TC-25-Q-MESE). The RFP includes Firm Fixed Price (FFP) line items for Quarterly, Semi-Annual, and Annual Preventative Maintenance, as well as Time and Materials (TM) for Emergency Repair and Not Separately Priced (NSP) for the Contractor Acquired Property List. The scope of work details extensive preventative maintenance tasks for a wide array of manufacturing equipment, including lathes, robots, mills, lasers, presses, saws, furnaces, and welding equipment, across a base year and four option years. Vendors are required to provide a detailed breakdown for FFP CLINs based on each piece of equipment and its associated preventative maintenance. The document also specifies annual calibrations and NFPA 86 safety checks for a Hazardous Waste Incinerator/Deactivation Furnace.
    The document outlines Federal Acquisition Regulation (FAR) Clause 52.204-24,
    The government file 52.212-3 Alt I, “Offeror Representations and Certifications – Commercial Products and Commercial Services (Feb 2024),” outlines essential requirements for offerors responding to federal solicitations. It details various certifications and representations related to business status (e.g., small business, veteran-owned, women-owned, disadvantaged, HUBZone), labor standards, and compliance with federal laws and executive orders. Key areas include prohibitions on contracting with inverted domestic corporations and entities engaged in certain activities related to Iran. The document also addresses critical components for Buy American and Free Trade Agreements, certifications regarding responsibility matters, disclosure of greenhouse gas emissions, and restrictions on confidentiality agreements for whistleblowers. Offerors can either complete annual certifications electronically via SAM or fill out specific paragraphs for the solicitation. This provision ensures transparency, accountability, and adherence to socio-economic and ethical standards in government contracting.
    The Crane Army Ammunition Activity's Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments outlines detailed quarterly, semi-annual, and annual preventative maintenance schedules for a wide array of industrial machinery. The document categorizes equipment by division, location, brand, and warranty requirements. Maintenance tasks range from routine inspections, cleaning, and lubrication to fluid changes, electrical checks, and calibration. Specific procedures are provided for items such as lathes, robots, powder elevators, various CNC machines, waterjets, presses, saws, heat treat ovens, and specialized equipment like Magneformers and metal detectors. The overarching purpose is to ensure the safe and proper functioning of critical manufacturing equipment within explosive and non-explosive environments, adhering to OEM recommendations and safety protocols like lockout procedures and fall arrest systems.
    This government file, Wage Determination No. 2015-4821, outlines minimum wage rates and benefits for service contracts in specific Indiana counties under the Service Contract Act. It details two Executive Orders, 14026 and 13658, which mandate minimum hourly wages of $17.75 and $13.30 respectively for 2025, depending on the contract award date. The document lists various occupations with their corresponding hourly rates and provides information on fringe benefits, including health and welfare, paid sick leave (EO 13706), vacation, and holidays. It also includes special provisions for computer employees, air traffic controllers, weather observers (night and Sunday pay), hazardous duty differentials, and uniform allowances. A conformance process is detailed for unlisted job classifications.
    The document, W519TC25QA081, outlines critical government contract clauses for federal RFPs, federal grants, and state/local RFPs. Key clauses include those related to contracting officer representatives, whistleblower rights, antiterrorism awareness, safeguarding defense information, and prohibitions on certain telecommunications equipment and business operations (e.g., Maduro Regime, Xinjiang Uyghur Autonomous Region). It also details requirements for essential contractor services during crises, mandates for offeror representations and certifications (e.g., small business, veteran-owned, Buy American Act, Trade Agreements), and provisions against inverted domestic corporations and entities with delinquent tax liabilities or felony convictions. The document emphasizes compliance with supply chain security, environmental regulations, and ethical conduct, with specific instructions for offerors regarding disclosures and certifications in the System for Award Management (SAM).
    This government file is a questionnaire designed to assess a contractor's capabilities for maintaining and repairing industrial and manufacturing equipment and systems, specifically in non-explosive operational environments. It covers critical areas such as authorization to service equipment, willingness to subcontract, ability to work with various equipment types (electrical, hydraulic, pneumatic, mechanical), fabrication and welding skills, PLC troubleshooting and programming experience, provision of drawings for modifications, and adherence to safety standards like LOTO, fall protection, ESWP, and OSHA regulations. The questionnaire also probes experience with robotics and industrial electrical controls in hazardous locations. The document serves as a preliminary screening tool for the contracting team to evaluate potential contractors' technical expertise, safety protocols, and operational flexibility before awarding a contract for maintenance and repair services.
    The provided document outlines the requirements for detailing Government Furnished Property (GFP) within federal government contracts, particularly focusing on Department of Defense (DoD) contracts. It serves as an attachment to solicitations or awards, specifying information about GFP items. The form requires details such as the Government Contracting Officer's contact information, attachment date, and a description of the document (Contract Award or Mod Number). It differentiates between DoD Contracts (FAR) and other contract types, requiring specific Procurement Instrument Identification (PIID) formats for both current (FY16+) and older orders. For each GFP item, critical fields include ITEM NAME, LINE NUMBER, ITEM DESCRIPTION, QTY, UNIT OF MEASURE, UNIT ACQ COST, and USE AS-IS status. Depending on whether items are serially or non-serially managed, additional details like NSN, MFR CAGE, PART NUMBER, MODEL NUMBER, DELIVERY DATE, DURATION, TIME UNIT, and DELIVERY EVENT are required. The document emphasizes the necessity of providing at least one identifier among NSN, MFR CAGE, or PART NUMBER for each item and mandates that if MFR CAGE or PART NUMBER is entered, the other must also be provided. Similarly, if any one of duration, time unit, or delivery event is populated, all three must be completed. This detailed form ensures clear accountability and management of government property provided to contractors.
    Similar Opportunities
    Indefinite-Delivery/Indefinite Quantity (IDIQ) Contract for Magazine Maintenance and Repairs
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on magazine maintenance and repairs at Naval Support Activity Crane in Indiana. The contract encompasses a wide range of repair and upgrade tasks, including concrete work, installation and repair of doors, waterproofing, and miscellaneous repairs related to ammunition storage facilities. This contract is crucial for maintaining the operational integrity of the Crane Army Ammunition Activity and Navy Storage Magazines, with a total potential value of up to $45 million over a maximum term of 60 months. Interested small businesses are encouraged to contact Colleen Mckinney at colleen.l.mckinney4.civ@us.navy.mil or Melissa Willis at melissa.l.willis4.civ@us.navy.mil for further details, with a guaranteed minimum task order of $2,500 to be issued upon award.
    75 Ton Rubber Tired Gantry Crane
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from qualified Women-Owned Small Businesses (WOSB) for the provision of a 75-ton rubber-tired gantry crane, which includes installation, testing, troubleshooting, and training services. This crane is essential for loading and unloading military assets and CONEX containers at the Letterkenny Army Depot in Pennsylvania, and it must meet stringent OEM, local, state, and federal standards while exceeding minimum specifications outlined in the Purchase Description. Interested contractors must adhere to federal acquisition regulations, with a submission deadline set for January 16, 2026, at 1:00 PM EST, and are encouraged to contact Danielle Rhone or Thomas C. Hall for further inquiries regarding the solicitation.
    MINOR GENERAL CONSTRUCTION MACC AT NSA CRANE AND GLENDORA TEST FACILITY
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is conducting a Sources Sought Notice for a Multiple Award Construction Contract (MACC) focused on minor general construction services at Naval Support Activity (NSA) Crane and the Glendora Test Facility in Indiana. The procurement aims to identify eligible Small Business firms capable of performing a range of construction tasks, including demolition, repair, new construction, and renovation of various facilities and systems, with an estimated total construction cost not exceeding $60 million over five years. Interested contractors must demonstrate relevant experience with projects valued between $30,000 and $600,000, including at least one project over $250,000, and must comply with bonding capacity requirements and subcontracting limitations. Responses are due by December 30, 2025, at 2:00 PM EST, and should be submitted electronically to Emily Grisson at emily.a.grissom.civ@us.navy.mil.
    W912CH26R0015 AUTOMATIC STAND MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the United States Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of 49 Automatic Stand Maintenance units, identified by National Stock Number 4910-01-117-4344 and Part Number 1750A. This opportunity is set aside for small businesses and will result in a Firm Fixed Price contract, with an option for an additional 49 units, emphasizing the importance of military packaging and compliance with specific preservation standards. Proposals are due by January 12, 2026, at 5:00 PM EST, and must be submitted electronically to Contract Specialist Robin Walker at robin.a.walker6.civ@army.mil, with all submissions evaluated based on price only. Interested parties should also be aware of the requirement for compliance with Special Packaging Instructions and the necessity for electronic invoicing via Wide Area WorkFlow (WAWF).
    MAGPUL Weapon Components
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals from qualified vendors to supply MAGPUL weapon components, including various small arms accessories such as sights, stocks, grips, and rail sections. This procurement is specifically aimed at Women-Owned Small Businesses (WOSB) and will be executed as a Firm Fixed Price contract with a performance period spanning five years, from January 1, 2026, to January 1, 2031. The total contract value will range from a minimum of $1.00 to a maximum of $2,000,000.00, emphasizing the importance of these components for military operations. Interested parties must submit their offers via email to Heather Summers by the deadline of January 22, 2026, at 12:00 PM EST, and ensure they are registered in the System for Award Management (SAM).
    Laser Cutting Machine Preventive Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for preventive maintenance services on laser cutting machines at the Corpus Christi Army Depot in Texas. The procurement includes maintenance, calibration, and provision of parts for the equipment, ensuring adherence to a Performance Work Statement (PWS) that outlines specific tasks such as servicing the resonator and cleaning external mirrors. This opportunity is critical for maintaining the operational efficiency and longevity of government-owned laser cutting machinery. Interested contractors should refer to the attached solicitation documentation and note that the due date for offers has been extended to December 16, 2025; inquiries can be directed to Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or Jennifer Salyers at jennifer.l.salyers2.civ@army.mil.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    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.
    BPA Hydraulic Lifting Equipment
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM), is seeking information from vendors regarding the maintenance and certification of hydraulic lifting equipment at Building 66, located in Natick, MA. The procurement aims to secure inspections, certifications, repair services, and preventive maintenance for various hydraulic equipment, including forklifts, hoists, and lifting devices. This initiative is crucial for ensuring the operational readiness and safety of equipment used by the Army. Interested vendors must submit their responses, including company details and capabilities, by 1:00 PM EST on January 8, 2026, to the primary contact, Michael Dion, at michael.a.dion11.civ@army.mil, with a copy to Brandon Rivett at brandon.j.rivett.civ@army.mil.
    SOLE SOURCE – EVALUATION AND REPAIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking a sole source contractor for evaluation and repair services related to electrical and electronic equipment components. This procurement is justified under the notice type "Justification," indicating that the services are critical and may not be competitively bid. The work will take place in Crane, Indiana, and is essential for maintaining the operational readiness and reliability of the Navy's equipment. Interested parties can reach out to Kelsey Strunk at kelsey.r.strunk.civ@us.navy.mil for further details regarding this opportunity.