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
  1. 1
    Posted Nov 21, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 25, 2024, 12:00 AM UTC
  3. 3
    Due Dec 9, 2025, 9:00 PM UTC
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
Nov 25, 2024, 4:01 PM UTC
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.
Nov 25, 2024, 4:01 PM UTC
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.
Nov 25, 2024, 4:01 PM UTC
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.
Nov 25, 2024, 4:01 PM UTC
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
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.
Depot Level Repair and Upgrade of LM2500 Turbine Mid Frames (TMF)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is soliciting proposals for the depot-level repair and upgrade of LM2500 Turbine Mid Frames (TMF) under a Firm-Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The contract, which spans an anticipated ordering period of 60 months and a performance period of 72 months, requires contractors to provide repair services, supply Navy-approved parts, and adhere to stringent operational and security standards. This initiative is crucial for maintaining the operational readiness of U.S. Navy gas turbine components, ensuring they meet the necessary performance and safety criteria. Interested contractors should submit their proposals, including technical and price components, to Valerie Corcoran at valerie.a.corcoran.civ@us.navy.mil or Francis J. Brady at francis.j.brady14.civ@us.navy.mil, with a commitment to achieving 48% of the contract value through small business participation, translating to approximately $24 million. The solicitation emphasizes compliance with federal procurement regulations and is designed to foster socio-economic diversity in government contracting.
Cylindrical Universal Grinder
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is preparing to solicit bids for the procurement of two Cylindrical Universal Grinding Machines. The contract aims to fulfill specific requirements for design, lubrication, supplies, and labor, with completion expected within 300 days after receipt of order (ARO). These grinding machines are crucial for maintaining operational efficiency in various defense applications. Interested vendors should note that the solicitation, designated as Request for Quote SPE4A8-25-Q-0054, is anticipated to be issued on April 10, 2025, with a closing date of May 12, 2025. The procurement is set aside for small businesses, and further details can be obtained by contacting Chanda Tyler at chanda.tyler@dla.mil or by visiting the DLA DIBBS website.
FMS REPAIR - FPMU STEPUP GEARBOX
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of the FPMU Stepup Gearbox, specifically NSN: 1680-015612347, from Triumph Gear Systems. This procurement is critical as Triumph Gear Systems is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support for this component, which is vital for aircraft operations. The government anticipates awarding the contract in August 2025, and interested parties may submit their capabilities and qualifications to Elise Anzini at elise.anzini@navy.mil within 45 days of this notice, although this is not a request for competitive proposals.
MHE North Island
Buyer not available
The Defense Logistics Agency (DLA) is seeking qualified contractors to provide maintenance and repair services for government-owned Material Handling Equipment (MHE) at North Island Air Force Base in California. The procurement encompasses both scheduled preventative maintenance, which is required quarterly, and unscheduled remedial maintenance to ensure the operational readiness of various equipment, including forklifts and utility vehicles. This contract is critical for maintaining efficient warehouse operations and compliance with federal safety and environmental regulations. Interested small businesses must submit their quotes by April 28, 2025, and can direct inquiries to Kia Milindez at kia.milindez@dla.mil or by phone at (804) 279-4903.
1680 - FMS Repair of SDC (SHAFT DRIVEN COMPRESSOR) (1 unit)
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified contractors to repair a Shaft Driven Compressor (SDC) for the F-18 component, specifically for the country of Japan. The procurement involves providing labor, materials, and facilities necessary to restore the SDC to operational condition, with the government indicating that it intends to solicit only one source, Honeywell, due to the lack of available data for repairs. This repair is critical for maintaining the operational readiness of the V-22 aircraft, and interested parties must submit their capability statements within five days of the notice publication, with source approval required for participation. For further inquiries, contractors can contact Jillian Eder at 215-697-6490 or via email at jillian.eder@navy.mil.
TMDE Preventative Maintenance
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a contract focused on the preventative maintenance of Test Measurement and Diagnostic Equipment (TMDE) at the Walter Reed National Military Medical Center in Bethesda, Maryland. The contract will encompass comprehensive services including onsite preventive maintenance, calibration, repair services, and user training for 427 specified pieces of multi-vendor equipment, essential for maintaining operational integrity in military healthcare delivery. The performance period is set to commence on May 1, 2025, with options to extend through 2030, and proposals must be submitted by 9:00 AM on April 23, 2025. Interested vendors can direct inquiries to Pamela Renteria at pamela.i.renteria.civ@health.mil or Edgar DuChemin at edgar.r.duchemin.civ@health.mil.
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.
16--PGMC LRM,AIRCRAFT,M
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of PGMC LRM, AIRCRAFT, M, specifically NSN: 7RH 1680 015817851 E7, with a quantity requirement of 10 units. This procurement is critical for maintaining operational readiness and support for naval aircraft, emphasizing the importance of reliable aircraft parts and auxiliary equipment. Interested vendors must submit their quotes via email to Peter Kobryn at peter.kobryn@navy.mil by the extended deadline of April 16, 2025, and must comply with government source approval requirements to be considered for the award.
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.