Sources Sought for Shop Machine Maintenance
ID: W911QX-25-Q-0057Type: Sources Sought
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)
Timeline
    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
    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.
    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.
    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.
    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.
    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
    Sources Sought
    Similar Opportunities
    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.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    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.
    Machine Repair
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking qualified small businesses to establish Blanket Purchase Agreements (BPAs) for machine repair services. This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, which are critical for naval operations. Interested vendors are invited to submit their capabilities statements and relevant documentation, including their Cage Code and Unique Entity Identifier, by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    Customized Machine Base for Cannon Manufacturing Process Equipment for the Watervliet Arsenal
    Dept Of Defense
    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. This procurement requires the design, fabrication, installation, and training for a machine base capable of handling large workpieces, with specific dimensions and operational capabilities outlined in the Statement of Work. The machine base is critical for enhancing the manufacturing process of artillery systems, ensuring operational efficiency and precision. Proposals are due by December 16, 2025, and interested parties are encouraged to attend a site visit on December 15, 2025, to gain further insights into the project requirements; RSVP is required. For inquiries, contact Amanda Robinson at amanda.p.robinson2.civ@army.mil or 518-266-4931.
    Machine Bearings Per Spreadsheet
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of machine bearings, with a contract completion timeline of 120 days after receipt of order (ARO). The solicitation will include a complete technical data package and is set to be 100% small business set aside, emphasizing the importance of supporting small enterprises in the defense supply chain. Interested vendors should note that the Request for Proposal (RFP) SPE4A8-26-Q-0015 is anticipated to be issued on December 17, 2025, with a closing date of January 20, 2025, and should direct any inquiries to Ashley Crockett at ashley.crockett@dla.mil.
    USARC J&A Redacted
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for maintenance and repair services related to equipment, as outlined in the redacted Justification and Approval (J&A) document for the USARC program. The procurement focuses on the maintenance and repair of shop equipment, which is critical for ensuring operational readiness and efficiency within military operations. The place of performance for this contract is Newport News, Virginia, and interested parties can reach out to Erin Roos, the Contract Specialist, at erin.c.roos.civ@army.mil or Angel Quander at angel.y.quander.civ@army.mil for further details. The specific funding amount and key deadlines have not been disclosed in the provided information.
    Troop Appliance Maintenance and Repair (TAMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM), Washington. This procurement involves providing non-personal services for the maintenance, repair, installation, and disconnection of appliances, as well as dryer duct and vent system cleaning for Unaccompanied Housing facilities. The contract, valued at approximately $19 million, will span from November 1, 2025, to March 31, 2030, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    Apache AH-64 Composite Main Rotor Blade
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a five-year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the Maintenance and Overhaul (M&O) of Apache AH-64 Composite Main Rotor Blades (CMRB). This procurement aims to ensure the operational readiness and safety of the Apache helicopter fleet by providing necessary upgrades, repairs, and compliance with stringent quality standards, as CMRBs are classified as Critical Safety Items (CSI). Proposals must be submitted electronically by March 11, 2026, at 3:00 PM CST, and interested parties can reach out to primary contact Meagan M Melton at meagan.m.melton.civ@army.mil or secondary contact Jessica Mangum at jessica.t.mangum.civ@army.mil for further information.
    NEARNG Kitchen Equipment Diagnostic Inspection
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a contract titled "NEARNG Kitchen Equipment Diagnostic Inspection." This procurement involves conducting diagnostic inspections of kitchen equipment at various locations to assess operability and service status, along with performing minor preventative maintenance tasks. The services are crucial for ensuring the functionality and safety of food preparation and serving equipment used by the Army National Guard. This opportunity is set aside for small businesses under NAICS code 811310, with a size standard of $12,500,000. Interested parties should contact Zachery Sehnert at zachery.l.sehnert.civ@army.mil or call 402-309-8253 for further details.
    34--DRILLING MACHINE,UP
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two drilling machines under solicitation number NSN 3413013154541. The requirement includes the delivery of these machines within 167 days after order, with approved sources being specified in the solicitation. These drilling machines are critical for metalworking applications and support various defense operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.