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 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.

    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.
    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
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    Water Quality Maintenance of LL-7000 Heat Exchanger-AMENDMENT 0003
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for the maintenance of the LL-7000 Heat Exchanger, as outlined in Solicitation N0016426Q0004. The procurement focuses on ensuring the quality of high-purity, de-mineralized, de-ionized cooling water used for test equipment, requiring contractors to perform routine services including inspection and cleaning of strainers, replacement of filter cartridges, and maintenance of ion exchange resins. This maintenance is critical for the operational integrity of the cooling system, which supports various defense-related testing activities. Interested contractors should note that the response deadline has been extended to December 5, 2025, at 12:00 PM EST, and may contact Trey Smith or Sonsiree Lagunas via email for further inquiries.
    MERIDIAN IV MAINTENANCE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the maintenance of the Meridian IV Microscope and its associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an issue date of December 1, 2025, and a closing date of December 8, 2025, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can submit capability statements to the primary contact, Cierra Vaughn, at cierra.n.vaughn2.civ@us.navy.mil.
    Railroad Maintenance and Repairs
    Buyer not available
    The Department of Defense, specifically the Naval Facilities Engineering Command Mid-Atlantic, is seeking to extend a contract for railroad maintenance and repairs at the Naval Support Activity in Crane, Indiana. This procurement involves a five-month extension with seven one-month option periods for the existing requirements contract with Alltrack, Inc., which is crucial for maintaining the railroad trackage essential to base operations. The contract value will be increased by $700,000 to accommodate additional capacity during this period, with the follow-on procurement anticipated no later than August 7, 2023, or March 7, 2024, if all options are exercised. Interested parties can reach out to Carrie Grimard at carrie.l.grimard.civ@us.navy.mil or by phone at 812-854-6641 for further details.
    SOLE SOURCE – EVALUATION AND REPAIR
    Buyer not available
    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.
    Construction BPA
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking qualified small business firms to establish a Blanket Purchase Agreement (BPA) for construction services related to projects valued at $350,000 or less. The BPA aims to create a pool of prequalified vendors who will compete for individual construction requirements, including maintenance, upgrades, and minor construction at the NSWC Crane Division and Lake Glendora Test Facility. Interested firms must submit their past performance related to Department of Defense projects, along with a signed solicitation document, by the closing date of December 5, 2025, at 4:00 PM Eastern Time. For further inquiries, contact Kacey Jones at kacey.l.jones5.civ@us.navy.mil.
    SOLE SOURCE – TEST EQUIPMENT MAINTENANCE AND REPAIR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure maintenance and repair services for test equipment on a sole source basis. This procurement is justified under the PSC code J066, which pertains to the maintenance, repair, and rebuilding of instruments and laboratory equipment, highlighting the critical nature of these services for operational readiness. The work will take place in Crane, Indiana, and is essential for ensuring the reliability and functionality of vital test equipment used by the Navy. Interested parties can reach out to Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for further details regarding this opportunity.
    MOBILITY PROTOTYPING
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking proposals for a multi-award contract focused on the design, engineering, fabrication, and testing of prototype components and systems for various military vehicles and mobility platforms. The procurement aims to enhance operational capabilities through four specific technology areas: Powertrain Performance Prototyping, Advanced Chassis, Body and Mobility Handling Prototyping, and Mobility Testing Services, with an emphasis on rapid research and implementation of new technologies. This initiative is critical for improving the safety, reliability, and performance of military systems, with a total contract value not expected to exceed $25 million. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by the anticipated solicitation closing date of April 14, 2026; inquiries can be directed to Ashley Bechtel at ashley.n.bechtel2.civ@us.navy.mil.
    Customized Machine Base for Cannon Manufacturing Process Equipment for the Watervliet Arsenal
    Buyer not available
    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. The procurement involves the design, fabrication, installation, and training for a machine base that can accommodate workpieces of significant dimensions and weight, with specific requirements outlined in the Statement of Work. This machine base is critical for enhancing the manufacturing capabilities at the Watervliet Arsenal, ensuring precision and efficiency in cannon production. Interested contractors must submit their proposals by December 8, 2025, and can direct inquiries to Amanda Robinson at amanda.p.robinson2.civ@army.mil or by phone at 518-266-4931.
    CLYLINDER ASSEMBLY,
    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 of CLYLINDER ASSEMBLY components. The procurement aims to secure a firm-fixed-price contract for the repair services, with a required Repair Turnaround Time (RTAT) of 141 days after receipt of the asset. This contract is crucial for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors must submit their quotes electronically to Stephanie Tran at yenstephanie.tran@navy.mil, adhering to the specified requirements and deadlines, with a focus on compliance with IUID requirements and quality assurance standards.