Shop Machine Preventative Maintenance and Repair
ID: W911QX-25-Q-0057Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 11:00 PM UTC
Description

The Department of Defense, specifically the Army Contract Command at Aberdeen Proving Ground, is seeking proposals for shop machine preventative maintenance and repair services. This procurement includes a base year and two optional years of service for the Army Research Laboratory's machine shops, requiring contractors to provide all necessary labor, tools, and parts while adhering to strict compliance with technical and safety regulations. The contract is set aside for small businesses and emphasizes the importance of maintaining operational efficiency and compliance with federal standards for the machinery involved. Interested vendors must submit their proposals within five business days, detailing pricing, technical qualifications, and past performance records, with the service period anticipated to run from May 1, 2025, to April 30, 2028. For further inquiries, contact Deneise Jackson at deneise.c.jackson.civ@army.mil or call 520-672-9583.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 10:04 PM UTC
The document is a government inventory listing various machinery and equipment, primarily focusing on lathes and milling machines, including their manufacturers, model details, and maintenance requirements. It categorizes the equipment by item numbers and provides specifics on the manufacturers and years of production. The inventory includes machines from notable manufacturers like Ingersoll-Rand, Bridgeport, and Monarch, as well as various air compressors and temperature control chambers. Additionally, it details the locations, branches, and personnel associated with each item, indicating their status or removal from service. This equipment catalog serves a critical role in assessing federal, state, and local needs for machine inventory standardization, maintenance planning, and potential procurement opportunities, aligning with government RFPs processes to bolster operational efficiency within manufacturing settings. The comprehensive details about the machine's serial numbers, maintenance logs, and branch responsibilities reflect the necessity for proper equipment management and accountability within governmental operations, ensuring optimal performance and compliance with regulatory standards.
Mar 31, 2025, 10:04 PM UTC
The file outlines the evaluation criteria for offers in response to a government solicitation, focusing on a comparative evaluation method. It emphasizes that offers will be assessed relative to each other based on three main factors: Price, Technical Acceptability, and Past Performance. The evaluation allows for flexibility in awarding contracts, permitting selection of higher-priced offers if they exceed specified requirements. Price evaluations will consider total proposed costs, with potential realism analysis for offers that appear unusually low. Technical acceptability relies solely on the information provided by vendors, requiring comprehensive details that demonstrate compliance with performance objectives, particularly relating to operations on U.S. Military Installations and the ability of contractor employees to complete a National Agency Check at the start of performance. Past performance is rated as acceptable or unacceptable, with only those rated acceptable eligible for award. Offerors must submit records of past performance, including contact information and service summaries. Notably, technical and past performance aspects hold equal weight and are significantly more important than price, underlining the emphasis on quality and reliability in contract awards.
Mar 31, 2025, 10:04 PM UTC
The document outlines the provisions and clauses relevant to a solicitation by the Army Contract Command at Aberdeen Proving Ground. It designates primary contact personnel, establishes the contract type as a hybrid of Firm-Fixed Price and Time and Materials, and stipulates that contractor services are non-personal, implying that contractors operate independently without government oversight. Essential operational security requirements are detailed for contractor personnel requiring background checks for installation access. Key information includes government inspection protocols, payment instructions, and necessary insurance coverage. The document emphasizes that all contractor employees must be supervised by their employer, abide by designated work hours, and identify themselves in interactions that may confuse them with government personnel. The government-contract relationship is clearly defined to maintain a non-employee connection, disallowing contractors from making federal policies or overseeing government workforce. It also includes provisions for the transition period of the Army Contract Writing System and offers guidance for submitting payment requests through the Wide Area Workflow system. Overall, the document serves to clarify the contractual expectations and obligations for prospective contractors engaged in government services.
Mar 31, 2025, 10:04 PM UTC
The Performance Work Statement (PWS) outlines the requirements for shop machine maintenance at various Army Research Laboratory facilities in Aberdeen Proving Ground, MD. The Contractor is responsible for all labor, tools, and parts necessary for effective preventive maintenance (PM) and repair services for specified equipment. They must comply with scheduling, environmental regulations, and provide prompt status updates to the Contracting Officer's Representative (COR). Repairs should be completed quickly, with detailed cost estimates submitted for approval before work begins. The document specifies that all repairs must use new parts conforming to OEM specifications. It also emphasizes the need for qualified personnel with a minimum of three years of experience and adherence to federal and local environmental regulations. The summary includes the importance of maintaining a clean work environment and addressing any hazardous waste generated. Ultimately, the PWS establishes clear guidelines and responsibilities to ensure proper functioning and compliance of the laboratory's machinery.
Mar 31, 2025, 10:04 PM UTC
The federal solicitation W911QX-25-Q-0057 seeks commercial offers for preventative maintenance and repair services for shop machines at the Army Research Laboratory in Aberdeen Proving Ground, MD. The contract has a base year with two optional years and is set aside for small businesses. Bidders must submit proposals within five business days after posting, including relevant pricing details and a demonstration of technical qualifications and past performance. Evaluation criteria focus on price, technical acceptability, and past performance records. The successful offer must meet price competitiveness while fully complying with the government’s technical requirements and safety regulations. The service period spans from May 1, 2025, to April 30, 2028. Proposals must detail availability for National Agency Checks for contractor employees and a thorough understanding of military installation operations. This procurement falls under simplified acquisition guidelines, emphasizes small business participation, and is aligned with current federal acquisition regulations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
Macrodyne Hydraulic Press Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for on-site preventive maintenance and emergency repair services for Macrodyne Hydraulic Press machines located at the Anniston Army Depot (ANAD). The procurement includes unlimited emergency repair and replacement parts, with the work to be performed in accordance with the Statement of Work, and is intended to be sole sourced to Macrodyne Technologies Inc. This maintenance is crucial for ensuring the operational efficiency of metalworking machinery, which plays a significant role in defense manufacturing processes. Proposals must be submitted electronically by Monday, April 28, 2025, at 10:00 AM CST, and interested vendors can access the solicitation and any amendments via the SAM.gov website. For further inquiries, contact Crystal Hodges at 256-240-3614 or via email at crystal.l.hodges8.civ@army.mil.
Turret Punch Press and Laser Cutter Preventative Maintenance and Remedial Repairs
Buyer not available
The Department of Defense, specifically the Army, is soliciting proposals for preventative maintenance and remedial repair services for turret punch presses and laser cutters at the Tobyhanna Army Depot in Pennsylvania. The contract requires contractors to perform semi-annual and annual maintenance, as well as emergency repairs, ensuring the operational efficiency of four critical machines. This procurement is vital for maintaining the functionality of essential equipment used in military operations, with proposals due by May 22, 2025. Interested contractors should direct inquiries to Nicole Tokash at nicole.tokash.civ@army.mil or call 570-615-7569, and must comply with specific quality assurance standards and wage determinations as outlined in the solicitation documents.
Preventative and Scheduled Service for DMG Mori Machines
Buyer not available
The Department of Defense, specifically the Fleet Readiness Center Southwest (FRCSW), is seeking proposals for preventative and scheduled maintenance services for eighteen DMG Mori machines located in San Diego, California. The contract will encompass preventative maintenance, emergent repairs, and scheduled service, adhering to the Original Equipment Manufacturer (OEM) standards to ensure optimal functionality of the equipment. This procurement is critical for maintaining the operational efficiency of military assets, with a contract type of Firm Fixed Price (FFP) expected to be awarded by December 9, 2024, at 4:00 PM EST. Interested vendors must submit their proposals via DoD Safe and can direct inquiries to Amanda Taylor or Tiffany Crayle at the provided email addresses.
Shear Maintenance and Repair
Buyer not available
The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is soliciting proposals for the maintenance and repair of the AS 500-14 Shear Machine located at the Naval Construction Training Center in Gulfport, Mississippi. The contract entails critical maintenance tasks, including the replacement of cutting blades and a damaged clamp down cylinder, under a Firm Fixed Price Agreement with a service commencement timeline of 45 days post-award. This procurement is vital for ensuring the operational efficiency of military equipment, emphasizing the importance of quality and reliability in the services provided. Interested small businesses, particularly those that are veteran-owned or meet specific socio-economic classifications, should direct inquiries to Dylan Douglas at dylan.l.douglas.civ@us.navy.mil or Robert Edwards at robert.s.edwards42.civ@us.navy.mil, with past performance questionnaires due by December 12, 2024.
W911KF-25-Q-0020
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the procurement of twelve (12) CNC milling machines, which includes both delivery and installation services. This opportunity is set aside for small businesses under the Small Business Administration guidelines, emphasizing the importance of supporting small enterprises in the defense contracting space. CNC milling machines are critical for various manufacturing processes, ensuring precision and efficiency in production. Interested vendors should reach out to Sonja Freeman at sonja.l.freeman.civ@army.mil or 571-588-0961, or Heather Robinson at heather.p.robinson.civ@army.mil or 571-588-0969 for further details regarding the solicitation, which has been amended to include additional attachments and statements of work.
HEAVY DUTY VERTICAL SAWS
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Rock Island, is soliciting proposals for the procurement of heavy-duty vertical band saws under solicitation W519TC25Q2195. This opportunity is set aside for small businesses and requires compliance with the Rock Island Arsenal Purchase Description (RIPD), including adherence to safety, operational, and environmental standards. The saws will enhance manufacturing capabilities at the Joint Manufacturing and Technology Center, ensuring efficient and safe operations within a Department of Defense facility. Interested contractors must submit their proposals via email by April 28, 2025, at 10:00 AM CT, and can direct inquiries to Lynn Baker at lynn.d.baker8.civ@army.mil.
W911KF-25-Q-0025
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a 20,000-watt CNC Fiber Laser Cutting Center with Pallet Changer to be delivered and installed at the Anniston Army Depot in Alabama. This opportunity is set aside for small businesses under the NAICS code 333992, which pertains to Welding and Soldering Equipment Manufacturing, highlighting the importance of advanced cutting technology in military operations and manufacturing processes. The solicitation is expected to be issued electronically on April 9, 2025, and interested vendors must submit their proposals electronically, as hard copies will not be provided. For further inquiries, interested parties can contact Sonja Freeman at sonja.l.freeman.civ@army.mil or by phone at 571-588-0961.
(Site Visit Notice) Depleted Uranium (DU) Containment Facility Maintenance and Repair
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for maintenance and repair services at the Depleted Uranium (DU) Containment Facility located at Aberdeen Proving Ground, Maryland. The procurement involves a hybrid Firm-Fixed-Price and Time and Material contract for a base year with two option years, focusing on quarterly maintenance and emergency repairs to ensure the facility's operational integrity while adhering to strict safety protocols regarding DU exposure. Interested parties must register for a mandatory site visit scheduled for April 14, 2025, and submit their proposals electronically by May 12, 2025, with inquiries directed to the Contract Specialist, Christine Orr, at christine.n.orr.civ@army.mil.
Construction Machinery Repairs
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract to provide construction machinery repairs at the Sierra Army Depot in Herlong, California. The contractor will be responsible for diagnostic, repair, and parts services for various construction machinery, enhancing the capabilities of the motor pool, particularly for complex repairs that government personnel cannot perform. This contract will be structured as a Time and Materials (T&M) agreement with a base year and two optional years, emphasizing compliance with federal regulations and the importance of maintaining operational readiness. Interested contractors must submit their proposals electronically via the System for Award Management (SAM) by April 30, 2025, and can direct inquiries to Carolina Guerrero at carolina.guerrero4.civ@army.mil or Melissa Kaarbo at melissa.m.kaarbo.civ@army.mil.
Mobile Crane Fleet - Maintenance and Repairs for Army Test Center (ATC)
Buyer not available
The Department of Defense is soliciting proposals for maintenance and repairs of the Mobile Crane Fleet at the Army Test Center (ATC) located in Aberdeen Proving Ground, Maryland. The contract, which is a Total Small Business Set-Aside, encompasses scheduled preventive maintenance, unscheduled repairs, and parts replacement for various cranes, with a performance period consisting of one base year and three optional years. This procurement is critical for ensuring the operational readiness and safety of heavy equipment used in military and commercial test operations. Interested contractors must submit their proposals by April 28, 2025, and direct any inquiries to the Contract Specialist, Ike Wright, at ike.a.wright2.civ@army.mil.