Preventative and Scheduled Service for DMG Mori Machines
ID: N68520-25-R-0053Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYFLEET READINESS CENTERPATUXENT RIVER, MD, 20670, 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines provisions related to telecommunications and video surveillance in federal contracting, specifically regarding the prohibition of certain covered telecommunications equipment and services. It defines key terms and establishes that contractors must not use equipment from specific foreign manufacturers identified as threats to national security, as outlined in the John S. McCain National Defense Authorization Act. The regulations require that offerors disclose whether they provide or utilize such covered equipment and services. Additionally, the document encompasses compliance obligations, representations, and disclosure requirements that contractors must adhere to, including periodic reporting of any identified covered telecommunications equipment used during contract performance. Overall, the provisions are designed to protect U.S. government operations and secure procurement practices by limiting exposure to potentially harmful technologies. This is crucial for ensuring adherence to laws and maintaining the integrity of federal contracts in the context of increasing national security concerns.
    The DMG Mori PM and Emergent Service Repair Price Matrix outlines a federal contracting opportunity focused on preventative maintenance and emergent/scheduled repairs for specific equipment. The matrix is structured around Contract Line Item Numbers (CLINs) detailing various service types, including Fixed Firm Price (FFP) and Contractor Acquired Property (NSP) segments. Key services encompass all necessary tools, equipment, labor, materials, and management to fulfill contract requirements per the Statement of Work (SOW). Notably, certain CLINs are not evaluated for award but provide estimates for hours based on actual needs during contract execution. The overall goal of this document is to facilitate the procurement process for contractors capable of delivering maintenance and repair services, ensuring equipment reliability and compliance with federal standards during contract performance.
    The document details the Statement of Work (SOW) for the DMG MORI Preventative Maintenance & Repair contract, managed by the FRCSW at Building 472, scheduled for November 2024. It includes a Contract Data Requirements List (CDRL) specifying the responsibilities of the contractor, DMG, for conducting maintenance service. Key deliverables include a Field Service Report encompassing discrepancies in equipment performance, recommendations for replacement parts, and details on the technicians involved. Additionally, there is a section outlining the requirement for providing technical documentation updates, ensuring compliance with any changes necessitated by repairs or material unavailability. The document also stipulates marking protocols for technical documents that dictate the extent of distribution and release, emphasizing the need for specified distribution statements based on the document's classification. Overall, the SOW establishes guidelines for effective maintenance reporting and document management to ensure operational efficiency and compliance with DoD standards.
    The Federal Government is soliciting preventative maintenance and service for DMG assets located at the Fleet Readiness Center Southwest, Naval Base Coronado, California. This contract encompasses a base year, plus four optional years, and aims to provide maintenance, emergency repairs, and optional material and additional services. The assets include various DMG Mori and other machinery, with maintenance duties required every two weeks as per manufacturers' guidelines. The contractor must possess knowledge of the equipment, provide necessary supplies and services, and must perform all work per Original Equipment Manufacturer (OEM) standards. Responsibilities include documentations, such as Field Service Reports (FSR) detailing work completed and any identified equipment discrepancies. The contract prohibits any additional work beyond the scope without prior approval. The government will oversee contractor performance through periodic inspections and require adherence to specific operational hours, falling within the standard workweek. All personnel must register for base access, and any replacement parts should adhere to OEM standards. The overarching goal is to sustain optimal functionality of governmental assets while ensuring compliance with safety, operational, and warranty requirements. This service contract serves as a critical component in maintaining strategic operational efficiency within military asset management.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DMG MORI DMC 270 FD
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking sources for the procurement of a DMG MORI DMC 270 FD machine tool, which falls under the NAICS code 333517 for Machine Tool Manufacturing. This opportunity aims to identify potential suppliers capable of providing this advanced machinery, which is critical for various defense-related manufacturing processes. The performance of the machine tool is essential for enhancing production capabilities within the defense sector, particularly in San Diego, California, where the goods will be utilized. Interested parties are encouraged to reach out to Kevin Scholz at avnipemarketresearch@dla.mil for further information regarding this sources sought notice.
    Two (2) DMG MORI NTX 2500
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking sources for the procurement of two DMG MORI NTX 2500 machine tools. This opportunity is aimed at acquiring advanced machine tool manufacturing equipment, which is critical for enhancing operational capabilities within defense logistics. The machines will be utilized in various manufacturing processes, underscoring their importance in maintaining the efficiency and effectiveness of defense operations. Interested vendors should reach out to Kevin Scholz at avnipemarketresearch@dla.mil for further details regarding this sources sought notice.
    J--Services to repair, Mitsui Seiki Horizontal Machining System.
    Buyer not available
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY intends to issue a sole source order to Mitsui Seiki (USA) Inc. for services to repair a Mitsui Seiki Horizontal Machining System. This system is used by the Fleet Readiness Center-Southwest in San Diego, CA. Interested parties must submit their ability to satisfy this requirement via email by Friday, 29 April 2016 at 1:00 PM (PST). The North America Industry Classification System Code is 811310 and the applicable business size is $7.5 million. Mandatory terms and conditions of Federal Acquisition Regulation FAR and DFAR clause will apply to the anticipated award wherever applicable.
    CNC CMM Calibration and Repair Tools
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure CNC/CMM calibration and repair tools through a combined synopsis/solicitation. The procurement includes a variety of specialized equipment compatible with the existing Renishaw operating system, such as the XM60 Multi Axis Calibrator Kit and various fixturing kits, totaling 32 specific items required for precision alignment and maintenance of CNC/CMM machinery. This initiative underscores the Air Force's commitment to enhancing operational efficiency and precision in its manufacturing processes, reflecting the critical nature of maintaining high standards in equipment calibration. Interested vendors should direct inquiries to Hugo Ruano Gutierrez at hugo.ruanogutierrez.1@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil, with offer submissions due by 1500 MT on March 4, 2025.
    Small Equipment Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified small businesses to provide maintenance services for small equipment at DLA Distribution in Bremerton, Washington. The procurement encompasses both scheduled Annual Preventive Maintenance (PM) and unscheduled Remedial Maintenance (RM) for various wood and metalworking machinery, ensuring compliance with manufacturer specifications and operational efficiency. This contract is critical for maintaining the reliability of essential equipment used in logistical functions, with a performance period of three years starting from March 2025, and a total budget of $15,000 allocated over the contract duration. Interested contractors must submit their quotes electronically by March 10, 2025, and can direct inquiries to Tom Semones at thomas.semones@dla.mil or by phone at 717-770-6482.
    Equipment Maintenance and Repair Services
    Buyer not available
    The Department of Defense, specifically the United States Marine Corps (USMC), is seeking qualified contractors to provide equipment maintenance and repair services at Marine Corps Base Camp Pendleton, California, and other locations. The services required include equipment checks, cleaning, refueling, and minor repairs on mobile equipment across six sites, with the contract structured as a Firm-Fixed-Price agreement starting on April 1, 2025, and extending through a base year with four one-year options. This procurement is designated as a Total Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside, emphasizing the importance of supporting veteran-owned enterprises in the defense sector. Interested contractors must register with the System for Award Management (SAM) and monitor SAM.gov for the official solicitation, expected to be posted around February 25, 2025; inquiries can be directed to David Lange at david.lange@usmc.mil or Philip Maaninen at philip.maaninen@usmc.mil.
    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.
    FMS Repair N0038324PR0R353
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair of Foreign Military Sales (FMS) item NIIN 011759063, identified by part number 70358-26004-102. The procurement involves the repair of one unit, with the serial number B1552-01771, which is critical for maintaining operational readiness and support for allied military forces. Interested parties should contact Danielle M. Cutrera at (215) 697-6566 or via email at DANIELLE.CUTRERA@NAVY.MIL for further details regarding the presolicitation notice and any upcoming deadlines.
    USNS CATAWBA Propeller Hub Refurbishment
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting quotes for the refurbishment of two E-85/4 ATF Shore Side Spare propeller hubs, with the work to be performed by Propulsion Systems Inc. (PSI), the Original Equipment Manufacturer (OEM). This procurement aims to ensure the operational readiness of marine propulsion systems, requiring services to be completed between April 15 and September 1, 2025, with delivery expected at the contractor's facility in Seattle, Washington. Only quotes from OEM-authorized technicians will be accepted, emphasizing the importance of quality assurance and compliance with federal regulations throughout the refurbishment process. Interested parties must submit their quotations by 1:00 PM EST on March 3, 2025, and can contact Ian Keller at ian.keller@navy.mil or Ryan Hendricks at ryan.j.hendricks5.civ@us.navy.mil for further information.
    C-5 Trunnion Bearing, Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of the C-5 Trunnion Bearing under contract number FA8538-25-R-0004. This Request for Proposal (RFP) seeks to establish a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for depot-level overhaul services, which are critical for the maintenance of the C-5 Galaxy cargo aircraft. The Trunnion Bearing is a safety-critical component that plays a vital role in the operation of the aircraft's main landing gear, with services required to meet quarterly demands and support operations until 2040. Interested vendors must be registered in the Joint Certification Program and submit proposals by 5:00 PM EST on March 10, 2025, with inquiries directed to Phillip Russell at phillip.russell.9@us.af.mil and Deborah Manly at deborah.manly@us.af.mil.