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
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. This procurement aims to ensure the operational readiness of U.S. Navy gas turbine components by providing necessary repair services, utilizing Navy-approved parts, and adhering to stringent compliance standards. The contract is expected to span up to 60 months, with a maximum of five TMFs refurbished annually, and requires offerors to demonstrate a commitment to small business participation, targeting 48% of the total contract value. Interested contractors should contact Valerie Corcoran at valerie.a.corcoran.civ@us.navy.mil or Francis J. Brady at francis.j.brady14.civ@us.navy.mil, with proposals due by May 7, 2025.
STAND,MAINTENANCE,A
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 maintenance of the Engine Housing Maintenance Stand Assembly. This procurement involves providing a Firm-Fixed Price (FFP) quote for the complete repair effort, which includes a teardown and evaluation of the carcasses, with a required turnaround time of 80 days for completion. The goods and services are critical for maintaining operational readiness of naval aircraft, ensuring safety and efficiency in military operations. Interested contractors must submit their proposals by May 24, 2025, and can direct inquiries to Jordan Neely at 717-605-8197 or via email at JORDAN.D.NEELY2.CIV@US.NAVY.MIL.
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.
Five (5) Makino F5 Pro6 Vertical Machining Centers
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), intends to procure five (5) Makino F5 Pro6 Vertical Machining Centers under a sole source solicitation. The procurement aims to fulfill specific requirements for advanced machining capabilities, which are critical for various defense manufacturing processes. The contract is expected to be awarded based on the lowest price technically acceptable (LPTA) evaluation criteria, with a completion timeline of 465 days post-award. Interested vendors can access the solicitation, expected to be issued around May 9, 2025, via the DLA DIBBS website, and should direct inquiries to Jasmine Johnson at jasmine.1.johnson@dla.mil.
FMS REPAIR - FPMU STEPUP GEARBOXN00383-25-Q-R116
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting quotes for the repair of the FPMU Stepup Gearbox under solicitation number N00383-25-Q-R116. Contractors are required to submit either a firm-fixed price or Time and Materials (TT&E) pricing along with estimated repair costs for the Government Furnished Property (GFP), ensuring that all repairs meet approved manuals and standards. This procurement is critical for maintaining operational readiness, as it aims to restore items to a Ready For Issue (RFI) condition, with oversight from the Defense Contract Management Agency (DCMA) to ensure compliance. Interested contractors should direct inquiries to Elise Anzini at elise.anzini@navy.mil or call 215-697-2243 for further details.
Stratasys F370 3D Printer Maintenance
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is seeking proposals for maintenance services of the Stratasys F370 3D Printer. The procurement requires that the contractor be an original equipment manufacturer (OEM), authorized dealer, or distributor for the specified equipment, with a focus on providing comprehensive maintenance services over a Firm Fixed Price (FFP) contract. This initiative underscores the government's commitment to maintaining advanced technological equipment while ensuring compliance with federal regulations and safeguarding sensitive information. Interested parties must submit their quotes electronically by the specified deadline to Remy Oshiro at remy.s.oshiro.civ@us.navy.mil, with all submissions due no later than the response date indicated in the solicitation.
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.
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.
Clutch Assembly Parts
Buyer not available
The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is seeking quotes for the procurement of long lead-time material (LLTM) related to the overhaul of the LSD Class Ship's Main Propulsion Diesel Engine Dual Clutch Assembly. The required components include various parts such as bearings, seals, screws, fittings, and spring kits, primarily sourced from Timken Gears & Services Inc and Philadelphia Gear, with a specified delivery date of September 28, 2025, to National City, California. This procurement is critical for maintaining operational readiness of naval vessels, ensuring timely delivery and compliance with technical specifications. Interested vendors must submit their quotes by May 2, 2025, at 11:00 AM Pacific Time, and can direct inquiries to Karol Rivera or Ricardo Barraza-Cobos via the provided email addresses.
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.