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 maintenance and scheduled service for eighteen DMG Mori machines located at Naval Base Coronado in San Diego, California. The contract encompasses preventative maintenance, emergent repairs, and scheduled service, requiring the contractor to provide all necessary labor, tools, and materials while adhering to OEM specifications. This procurement is crucial for maintaining operational efficiency and reliability of the CNC machines, which are vital for the Navy's readiness. Proposals must be submitted by December 9, 2024, at 4:00 PM EST, and interested parties can contact Amanda Taylor at amanda.j.taylor80.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines crucial Federal Acquisition Regulation (FAR) clauses, primarily focusing on the prohibition of certain telecommunications and video surveillance equipment and services, particularly those from Chinese entities like Huawei and ZTE, as mandated by the John S. McCain National Defense Authorization Act. It details contractor responsibilities regarding disclosure of such equipment or services, reporting requirements, and definitions of restricted items and services. The file also incorporates other standard FAR clauses covering topics such as restrictions on subcontractor sales, prohibition on ByteDance applications, convict labor, child labor, equal opportunity, combating human trafficking, and encouraging policies against text messaging while driving. Additionally, it addresses options for extending services and contract terms, and specifies how solicitation provisions and clauses incorporated by reference or with authorized deviations are handled.
    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.
    This government file outlines a price matrix for DMG Mori PM and Emergent Service Repair, likely part of an RFP. It details various Contract Line Item Numbers (CLINs) for preventative maintenance, emergent/scheduled repairs, and "over and above" work across multiple periods (CLIN series 0000, 1000, 2000, 3000, 4000). Preventative maintenance requires the contractor to provide all necessary tools, equipment, transportation, labor, materials, supervision, and management according to the Statement of Work (SOW). Emergent/scheduled repairs and "over and above" work also include these provisions, with some CLINs explicitly stating they will not be evaluated for award. Hours for repair work are estimates and may vary. The file also includes CLINs for Contractor Acquired Property and CDRLS, designated as Not Separately Priced (NSP).
    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.
    This government file outlines the Statement of Work (SOW) Contract Data Requirements List (CDRL) for DMG MORI Preventative Maintenance & Repair services at FRCSW, Building 472, scheduled for November 2024. The document details two primary data items: a Field Service Report (A001) and Revised Additional Data for Technical Publication (A002). The Field Service Report (DI-MGMT-81238) requires detailed documentation of machine discrepancies, recommended replacement parts and services with cost estimates, follow-on service recommendations, and technician/equipment information. This report is due five days after service. The Revised Additional Data for Technical Publication (DI-MISC-81709) mandates the contractor to provide updated manuals, drawings, or other technical data as required due to repairs, material unavailability, part changes, or operational procedure changes. The document also includes a crucial section on Distribution Statements for Technical Documents, emphasizing the mandatory marking of all technical information to denote its distribution, release, and dissemination limitations. These statements, such as "Approved for public release, distribution is unlimited" (Statement A) or "Distribution authorized to Department of Defense (DoD) and U.S. DoD contractors only" (Statement B), must be conspicuously displayed on all relevant technical documents.
    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.
    This Statement of Work (SOW) outlines a contract for Preventative Maintenance (PM) and service of Government-owned DMG assets located at Fleet Readiness Center Southwest (FRCSW), Naval Base Coronado, San Diego, California. The contract includes PM, emergent repair services, and options for material and over-and-above work for a base year and four option years. The contractor must be knowledgeable of the equipment, provide all necessary labor, tools, and materials (excluding consumables), and perform work according to OEM specifications and FRCSW operating hours. PM visits will occur bi-weekly, supplementing government capabilities, and emergent repairs will be requested as needed. All parts provided must be OEM or meet/exceed OEM standards. Any additional work or materials outside the contract scope require explicit approval and contract modification. The contractor must provide Field Service Reports (FSRs) after each visit and a minimum 12-month warranty. Special requirements include base access procedures and designated points of contact.
    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
    34--MILLING MACHINE,HOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of a horizontal milling machine (NSN 3417012681552) intended for delivery to the USS Gerald R. Ford (CVN 78). The contract is set aside for small businesses under the Total Small Business Set-Aside program, emphasizing the importance of supporting small enterprises in defense contracting. This milling machine is crucial for various metalworking applications within military operations, ensuring the readiness and maintenance of naval vessels. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the primary contact at DibbsBSM@dla.mil.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) maintenance and repair work on the USS DEWEY (DDG-105) for fiscal year 2026. The procurement involves a comprehensive scope of work consisting of twenty-two Task Group Instructions (TGIs) that encompass various ship repair, overhaul, preservation, and replacement tasks necessary for the operational readiness of the vessel. This contract is critical for maintaining the Navy's fleet capabilities and ensuring compliance with NAVSEA and SRF-JRMC standards. Proposals must be submitted by January 8, 2026, with the performance period running from March 30, 2026, to September 7, 2026. Interested contractors can reach out to Takayo Shiba at takayo.shiba.ln@us.navy.mil or Ai Gillard at ai.gillard.ln@us.navy.mil for further details.
    J999 Machine Lower Bearing Staves of Rudder Service
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is soliciting proposals for the machining of lower bearing staves of rudder service for a U.S. Navy ship stationed in Yokosuka, Japan. This procurement is set aside for small businesses and aims to secure specialized marine repair services, adhering to strict compliance with both U.S. and Japanese regulations, safety, and environmental standards. The contract will be a firm-fixed-price type, with a performance period from February 1 to March 31, 2027, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Wilfredo Gervacio via email at wilfredo.j.gervacio.civ@us.navy.mil and are encouraged to monitor the SAM.gov website for updates and amendments to the solicitation.
    MAIN PROPULSION DIESEL ENGINE FGRR CLASS MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking technical services and industrial support for the maintenance of Main Propulsion Diesel Engines (MPDEs) on various T-EPF Class vessels, including the USNS TRENTON, USNS YUMA, and USNS NEWPORT. The procurement involves conducting scheduled maintenance, including 4,000-hour and 12,000-hour services, as well as a five-year replacement of critical components such as fuel oil and lube oil hoses, all to be performed by OEM authorized technicians in accordance with established procedures. This maintenance is crucial for ensuring the operational readiness and safety of the vessels, as the specialized design of the engines necessitates the use of OEM parts and services to maintain compliance with safety and performance standards. Quotes are due by December 16, 2025, at 4:00 PM, and interested vendors should contact Matias Parker at matias.l.parker.civ@us.navy.mil for further details.
    MH-60R/MH-60S Aircraft Maintenance and Repair
    Buyer not available
    The Department of Defense, through the Fleet Logistics Center Yokosuka (FLCY) and Fleet Readiness Center Western Pacific (FRC WESTPAC), is seeking contractors with experience in MH-60R/MH-60S aircraft maintenance, repair, and overhaul (MRO) services for the U.S. Navy's forward-deployed aircraft in the Indo-Pacific Command Area of Responsibility (AOR). The procurement aims to identify capable contractors who can provide both scheduled maintenance (including PMI-1N and PMI-2N events) and unscheduled maintenance (such as In-Service Repairs and Depot-Level Technical Directives), along with necessary engineering and logistics support. Interested contractors must have facilities capable of supporting 10-13 aircraft simultaneously within 400 nautical miles of NAF Atsugi, and must comply with local engineering specifications and NAVAIR MH-60R/S IMP specifications. For further inquiries, interested parties can contact Jonathan Groeschel at jonathan.j.groeschel.civ@us.navy.mil or Irene Saito at irene.saito@fe.navy.mil.
    61--MOTOR,MECHANISM, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair and modification of motors and mechanisms. The procurement involves the inspection, evaluation, and restoration of government-owned equipment to first-class operating condition, adhering to specific technical and quality requirements outlined in the contract. This opportunity is crucial for maintaining operational readiness and ensuring the reliability of essential military equipment. Interested contractors should direct inquiries to Carly Gassert at 771-229-0084 or via email at CARLY.GASSERT@NAVY.MIL, with quotations valid for 60 days following submission.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to secure comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and corrosion control services. The contract, which is set aside for 8(a) small businesses, is anticipated to span from January 2027 to January 2032, with five one-year ordering periods and a six-month option for extension. Interested parties should submit their offers through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and for further inquiries, they can contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    USS DEWEY DDG-105 FY26 6C1 SRA(d)
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and maintenance of the USS DEWEY (DDG-105) during its scheduled availability from March 30, 2026, to June 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. Contractors must possess an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for award, and the work will include structural, sheet metal, and rigging tasks, along with managing anticipated growth work. This procurement is critical for maintaining naval readiness and operational capability, ensuring that the USS DEWEY remains in optimal condition for future missions. Proposals are due by December 15, 2025, and interested parties should contact Josabeth Brizuela at josabeth.a.brizuela.civ@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil for further information and access to the work specifications.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.
    70--PRI LINE CASR, IN REPAIR/MODIFICATION OF
    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 and modification of the PRI LINE CASR. The procurement aims to establish a contract for repair services with a required turnaround time of 38 days, emphasizing the need for Government Source Inspection and adherence to specific quality assurance standards. This contract is crucial for maintaining operational readiness and functionality of military equipment, ensuring that repairs meet stringent military specifications. Interested contractors should submit their quotes, including unit prices and repair turnaround times, to the primary contact, Christopher J. Dare, at christopher.j.dare2.civ@us.navy.mil or by phone at 717-605-4614, with further details outlined in the solicitation documents.