Heavy Mobile Equipment Services
ID: W911N225R0011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION/MINING/EXCAVATING/HIGHWAY MAINTENANCE EQUIPMENT (J038)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army, is soliciting proposals for Heavy Mobile Equipment Services at the Letterkenny Munitions Center in Chambersburg, Pennsylvania. The procurement involves comprehensive maintenance and repair services for various heavy machinery, including unscheduled repairs, preventative maintenance, and equipment transport, with a focus on adhering to strict performance standards and safety regulations. This contract is vital for ensuring operational efficiency and safety at the military depot, with an estimated contract duration of one base year and two option years. Interested contractors must submit their proposals by February 3, 2025, and can direct inquiries to Danielle Rhone at danielle.r.rhone.civ@army.mil or call 717-267-8480.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a solicitation from the Letterkenny Contracting Office, specifically responding to questions from a prospective offeror regarding a contractor’s eligibility based on CAT certification. It clarifies that CAT certification must be held while the individual works for a CAT dealership; an individual holding certification through their own independent business does not meet this requirement. The amendment includes administrative updates to the contract and emphasizes the importance of acknowledging receipt of this amendment by the specified deadline to avoid potential offer rejection. Overall, the document serves to clarify terms surrounding contractor qualifications within the context of a federal solicitation, ensuring compliance and effective communication with potential bidders.
    The document outlines a Request for Proposal (RFP) related to labor and repair services at the Letterkenny Army Depot, with an emphasis on unscheduled repairs and preventative maintenance of equipment. It specifies expectations for contractors, including the provision of materials, parts, tools, and equipment for repairs, and establishes the payment terms and delivery locations, highlighting a ceiling price and FOB (Freight on Board) destination. Key elements include required certifications, eligibility for small business categories, and the importance of compliance with Federal Acquisition Regulations (FAR). The RFP includes six primary item categories, with directives for various services: direct labor and repair hours, preventative maintenance, transport of equipment, and travel expenses. Terms and conditions specify contract terms, evaluation procedures, and instructions regarding submission of proposals. The document emphasizes accountability and operational standards, indicating the critical need for precise execution of the performance work statement. In context, the RFP aims to engage contractors capable of fulfilling essential maintenance needs for military operations while adhering to government regulations and supporting job creation in small businesses. This solicitation demonstrates the government’s ongoing commitment to operational readiness in a cost-effective and compliant manner.
    This document is an amendment to a federal solicitation regarding the rental of equipment under the Letterkenny Contracting Office. It updates the contract line item numbers (CLINs) 0006, 1006, and 2006, changing the contract type from Firm Fixed Price (FFP) to Time and Materials (T&M). The solicitation deadline is extended to February 3, 2025. Key changes include modifications to the extended description of equipment rental services, which now state that rentals will be billed as actuals with prices to be determined by the government upon award. The modification also details evaluation criteria for selecting the contractor, including experience, certifications, and equipment availability. Proposals will be evaluated based on their technical acceptability and pricing, with the lowest priced, technically acceptable offer winning the contract. The document underscores the government's intent to award the contract efficiently, potentially without discussions, emphasizing the necessity for offerors to provide their best price in initial submissions. Overall, this amendment reflects adjustments aimed at clarifying the requirements and terms of the equipment rental contract while maintaining the original solicitation's integrity.
    The document outlines essential requirements and guidelines for Offerors participating in a government solicitation. Key points include the necessity for registration in the System for Award Management (SAM) to be eligible for contract awards, alongside the completion of annual representations and certifications within SAM. Offerors must submit their best prices initially as the government intends to award without discussions. Amendments to proposals must be acknowledged and submitted accordingly. Payment will be processed electronically through the Defense Finance and Accounting Services (DFAS). The type of resulting contract is defined, indicating that all quantities are estimated for Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, while a strict compliance with insurance requirements is mandated. Additionally, a procedure for filing protests is outlined, with preference for resolutions through the Army Materiel Command. This document serves to inform and regulate the conduct of Offerors, ensuring adherence to established federal policies and practices within the federal RFP and grant processes. Overall, it emphasizes the importance of registration, clarity in pricing, specified insurance coverage, and the procedural avenues for dispute resolution.
    The Performance Work Statement (PWS) outlines the requirements for a contractor to provide comprehensive maintenance and repair services for heavy mobile equipment at the Letterkenny Munitions Center (LEMC). The contractor must supply all personnel, tools, and materials needed for on-site services, adhering to manufacturer standards for preventative maintenance and repairs. The contract spans one base year with two option years, involving strict quality assurance measures governed by a Quality Assurance Surveillance Plan (QASP). Maintenance services include a detailed checklist for various equipment, such as Caterpillar and Terex machines, indicating service frequencies based on operating hours. Contractors are required to develop an Operations Security (OPSEC) plan and ensure their staff undergo required training and background checks for facility access. Additionally, equipment necessary for maintenance must be provided by the contractor, who is responsible for securing parts and materials, and conducting repairs on site. Should transportation of equipment be necessary, it must be pre-approved. This document is part of the government's framework for RFPs in pursuit of efficient facility management while ensuring compliance with safety standards and operational readiness.
    The document outlines a listing of various construction and heavy machinery assets, detailing their descriptions, manufacturer model numbers, and serial numbers. The inventory includes tracked and wheel loaders, backhoes, bulldozers, and forklifts from reputable brands such as CAT and Volvo, indicating a diverse range of equipment types tailored for different operational needs. Each asset is assigned a unique identifier code, facilitating tracking and management within governmental contexts. The record serves as part of federal and potentially state/local Requests for Proposals (RFPs) and grants aimed at procurement or asset management. Understanding the scope of available machinery is essential for agencies and contractors when submitting proposals or pursuing funding opportunities for infrastructure projects or construction initiatives. This inventory underscores the importance of maintaining current and precise equipment records for efficient governmental operations and project execution.
    The document presents an inventory list of various heavy machinery assets, detailing their descriptions, model numbers, and serial numbers. The assets include tracked loaders, backhoe loaders, wheel loaders, bulldozers, and forklifts, among other construction and earth-moving equipment. Each entry identifies a specific model and its individual serial number, indicating a systematic cataloging relevant to government procurement and asset management. The organization of the document suggests it is intended to inform stakeholders involved in federal and local RFPs (Requests for Proposals) and grants concerning available equipment. This information is vital for agencies seeking to acquire or manage machinery for public works and infrastructure projects, aligning with governmental objectives of transparency and accountability in asset allocation. The document serves to streamline the decision-making process regarding equipment procurement for various construction and maintenance tasks.
    The document is a solicitation (W911N225R0011) from the U.S. Army detailing a Request for Proposal (RFP) for repair and maintenance services at Letterkenny Munitions Center. It outlines the need for labor, materials, tools, and equipment for unscheduled repairs and preventative maintenance, emphasizing adherence to specific performance work statements. Key elements include various service lines such as labor hours, preventative maintenance, parts, materials, transportation, travel, and equipment rental, with estimated quantities and pricing structures noted. The document is structured into sections including solicitation details, a schedule of supplies/services, delivery information, and clauses that govern the contractual relationship. The proposal due date is set for January 31, 2025, indicating the urgency for contractors to submit offers within the specified timeframe. The solicitation promotes participation from small businesses, particularly service-disabled veteran-owned and women-owned enterprises, while adhering to governmental regulations and acquisition policies.
    The document outlines a Request for Proposal (RFP) for services related to maintenance and repair work at the Letterkenny Army Depot. The solicitation number is W911N225R0011, with offers due by February 3, 2025. It details requirements for various services, including unscheduled repairs, preventative maintenance, equipment transport, and parts and materials, all to be delivered to specified locations in Chambersburg, Pennsylvania. The contract emphasizes compliance with the Performance Work Statement, dictating standards for labor and materials. Key provisions include the necessity for certain certifications, such as CAT certification for technicians. A series of clauses and references from the Federal Acquisition Regulation (FAR) are incorporated to ensure compliance with government contracting standards, emphasizing labor laws, safety regulations, and business conduct. This RFP exemplifies the government’s structured approach to procuring essential services while ensuring quality and accountability through rigorous standards. The document serves to solicit competitive bids from qualified contractors, particularly small businesses, highlighting opportunities within federal contracting. Overall, the RFP seeks to maintain operational efficiency and safety standards at the military depot, reinforcing the commitment to utilizing certified personnel and adhering to federal guidelines.
    This document is an amendment to a solicitation concerning contracting services for the Letterkenny Army Depot, specifically addressing a question raised by a prospective offeror. The modification indicates that while the solicitation remains generally unchanged, it extends the deadline for receipt of offers and clarifies a key issue regarding certification requirements for repairs to CAT equipment. The government stipulates that CAT certification is mandatory due to warranty conditions linked to the use of certified technicians for repairs. This amendment underscores the importance of adhering to specific technical qualifications outlined in the contracting process, ensuring that potential contractors are aware of strict compliance standards necessary for service agreements. This reflects the government's commitment to maintaining operational integrity and efficiency in contract management.
    The government file pertains to a Request for Proposal (RFP) soliciting offers for maintenance and repair services at the Letterkenny Army Depot. The key elements include direct labor for unscheduled repairs, preventative maintenance, parts and materials supply, equipment transport, travel expenses, and equipment rental, each outlined with specific quantities and conditions within the Performance Work Statement. Offerors must hold valid CAT certifications to provide repairs, ensuring warranty adherence, with no substitutions accepted. Submission deadlines are established, with a due date for offers on January 31, 2025, at 2:00 PM. The award will consider price and other factors, emphasizing compliance with detailed contractual stipulations, including inspections and acceptance procedures. The contract stipulates requirements related to telecommunications equipment prohibitions and necessitates adherence to government directives regarding responsible business practices. Overall, the RFP reflects the government's commitment to engaging small business entities, particularly service-disabled veteran-owned small businesses, and prioritizes compliance with federal regulations around contract performance. This document serves as a formal solicitation for procurement, highlighting the requirements and expectations for potential contractors.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Lightning Protection Systems (LPS) Services & Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Lightning Protection Systems (LPS) services and repairs at the Letterkenny Munitions Center in Chambersburg, Pennsylvania. The contract, valued at $12,500,000, requires comprehensive testing, repairs, and maintenance for various LPS components, including Earth Covered Magazines and explosive buildings, with a base period starting January 21, 2026, and extending through four optional years. This procurement is critical for ensuring the safety and operational readiness of military facilities, emphasizing the importance of reliable lightning protection systems. Interested contractors must submit their quotes by 1:00 PM ET on December 12, 2025, and can direct inquiries to Bobie J. Burkett at bobie.j.burkett.civ@army.mil or by phone at 717-267-5283.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Buyer not available
    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.
    Heavy Equipment Program - Sweeper and Scrubber Equipment SPE8EC25R0003
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is issuing a solicitation for the Heavy Equipment Program, specifically for sweeper and scrubber equipment under solicitation number SPE8EC25R0003. This opportunity seeks proposals for multiple Indefinite Delivery/Requirements Contracts for new commercial equipment, including utility sweepers, warehouse sweepers, street sweepers, and associated support services for the U.S. Military and other authorized government agencies. The contracts will have a ten-year term with no options, and proposals must be submitted by November 16, 2034, at 4:00 PM EST, with evaluations based on the Lowest Price Technically Acceptable (LPTA) method. Interested vendors can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Pre-notice of forth coming solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of a non-standard, mission-specific Guided Missile Radar Antenna Maintenance Facility at Letterkenny Army Depot, Pennsylvania. This facility, approximately 4,928 square feet, will include an anechoic chamber, administrative and support spaces, and various systems such as fire protection, intrusion detection, and sustainable design features. The project is significant for enhancing military capabilities and ensuring compliance with Department of Defense standards, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the solicitation is anticipated to be released on July 21, 2025, and can contact Tonja Dreke at tonja.j.dreke@usace.army.mil or Jeffrey Johnson at jeffrey.c.johnson@usace.army.mil for further information.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    Non-Tactical Vehicles (NTVs) Preventative Maintenance and Repair Service for U.S. Marine Corps Forces Korea (MARFORK)
    Buyer not available
    The Department of Defense is soliciting proposals from Women-Owned Small Businesses (WOSB) to provide preventative maintenance and repair services for Non-Tactical Vehicles (NTVs) at U.S. Marine Corps Forces Korea (MARFORK) facilities, specifically at Camp Humphreys and Camp Mujuk. The contract encompasses a range of services including monthly, semi-annual, and annual inspections, tire services, repair services, pick-up and delivery, and emergency towing, with a performance period extending from March 2026 to December 2030, including multiple option years. This contract is crucial for maintaining the operational readiness of military vehicles in the region, ensuring compliance with Korean Motor Manufacturer manuals and safety standards. Interested contractors must submit their proposals via the PIEE Solicitation Module by December 2, 2025, and can direct inquiries to Addison Park at addison.e.park.civ@army.mil or by phone at 315-755-0009.
    Multi Equipment Maintenance Services for 403rd
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Multi Equipment Maintenance Services for the 403rd. This procurement aims to ensure the effective maintenance and operational readiness of various equipment, which is crucial for supporting military operations. An amendment has been issued to revise the site visit orientation time, indicating the importance of on-site assessments in the bidding process. Interested parties can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or call 011-82-0503-355-0636 for further details regarding this opportunity.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    BPA Hydraulic Lifting Equipment
    Buyer not available
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM), is seeking information from vendors regarding the maintenance and certification of hydraulic lifting equipment at Building 66, located in Natick, MA. The procurement aims to secure inspections, certifications, repair services, and preventive maintenance for various hydraulic equipment, including forklifts, hoists, and lifting devices. This initiative is crucial for ensuring the operational readiness and safety of equipment used by the Army. Interested vendors must submit their responses, including company details and capabilities, by 1:00 PM EST on January 8, 2026, to the primary contact, Michael Dion, at michael.a.dion11.civ@army.mil, with a copy to Brandon Rivett at brandon.j.rivett.civ@army.mil.