Maintenance and Repair of Commercial, Industrial Machinery Equipment
ID: W9124725R0035Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FDO FT LIBERTYFORT LIBERTY, NC, 28310-0000, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the maintenance and repair of commercial and industrial machinery and equipment at Fort Liberty, North Carolina. This opportunity encompasses the upkeep of approximately 540 cranes, hoists, scales, dock levelers, and vehicle lifts, with a focus on ensuring safety, efficiency, and compliance with established standards such as OSHA and ANSI. The contract will be structured as a firm-fixed-price arrangement over a five-year period, emphasizing the importance of maintaining operational capabilities without disrupting regular activities. Interested parties should contact Vandetta M. McGoogan at vandetta.m.mcgoogan.civ@army.mil or 910-396-9728 for further details, and responses to the Sources Sought Notice are encouraged to facilitate small business participation in this procurement.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal services contract for maintenance and repair of cranes, hoists, scales, dock levelers, and vehicle lifts at Fort Liberty, North Carolina. The contractor is responsible for all personnel, equipment, and services to maintain essential infrastructure used for material handling and logistical operations. Key responsibilities include preventive maintenance, adherence to safety standards, and repairs complying with manufacturer guidelines. The contract will ensure compliance with federal, state, and local regulations while promoting safety and productivity. The contractor must submit a Quality Control Plan and will be evaluated by the Contracting Officer's Representative (COR) under a Quality Assurance Surveillance Plan. Compliance with security, personnel qualifications, and environmental regulations is mandatory. All work must be performed without disrupting normal government operations. Contractor personnel require proper identification and must navigate security protocols on the installation, including background checks and training. The contract highlights the importance of maintaining a stable workforce and effective communication with government representatives to ensure operational continuity and safety at Fort Liberty.
    The U.S. Government is seeking interest from small businesses for Maintenance and Repair Services of Commercial and Industrial Machinery and Equipment at Fort Liberty, North Carolina, for Fiscal Year 2025. This Sources Sought Notice is aimed at gathering information to determine if there are at least two qualified small businesses to consider a contract set-aside. Eligible companies are encouraged to respond by providing company information, interest in prime contracting, past experience, pricing strategies, and suggestions for structuring the contract to enhance competition. The Performance Work Statement (PWS) outlines detailed service requirements. Interested firms should also identify any conditions that may limit competition and provide recommendations for improving acquisition approaches. Notably, the anticipated NAICS code for this requirement is 811310 with a small business size standard of $12.5 million. This notice serves only informational purposes and does not commit the government to any procurement decisions.
    The Performance Work Statement (PWS) for Fort Liberty, NC outlines a contract for the maintenance and repair of cranes, hoists, scales, dock levelers, and vehicle lifts. The Directorate of Public Works is responsible for approximately 540 overhead cranes and associated equipment essential for logistical operations. This five-year contract emphasizes safety, efficiency, and uninterrupted functionality of the equipment while ensuring full compliance with various safety standards, including OSHA and ANSI. The Contractor is responsible for all personnel, tools, and materials necessary for maintaining the specified equipment without displacing regular operations. Key objectives include conducting regular inspections, maintaining safety standards, and keeping accurate documentation of maintenance efforts and costs. The contract will be a firm-fixed-price arrangement, with specific clauses ensuring quality assurance and control, including required attendance in post-award orientation. Contract personnel must possess security clearances, undergo training, and comply with safety measures. The document lays out detailed requirements for contractor personnel, including qualifications for key roles, adherence to operational guidelines, and provisions for managing non-conformance issues. Overall, this PWS illustrates the government's commitment to maintaining its essential operational capabilities at Fort Liberty while emphasizing contractor accountability and rigorous compliance with established guidelines.
    The U.S. Government issues a Sources Sought Notice for Maintenance and Repair Services of Commercial and Industrial Machinery and Equipment at Fort Liberty, North Carolina, for FY25. This notice aims to identify qualified small businesses interested in meeting the government’s maintenance and repair needs, primarily for cranes, hoists, scales, dock levelers, and vehicle lifts. The government seeks responses from at least two small businesses to potentially set aside the contract for small business participation. Respondents must provide company details, interest in prime contracting or subcontracting, previous experience in similar services, and relevant certifications. Information related to pricing, delivery schedules, and terms should be included to assess market availability. The document requests insights on how to structure requirements for better competition and identifies any conditions that might restrict it. Importantly, this notice is not a solicitation for proposals but a planning tool to gather information from the industry, emphasizing the government's intent to facilitate small business engagement in future contracting opportunities.
    The document outlines a comprehensive inventory of cranes, hoists, scales, and dock levelers across various locations, predominantly at Ft. Bragg, and includes detailed specifications such as quantity, capacity, manufacturer, type, and age. The inventory includes 540 cranes and hoists, categorized primarily by type—overhead and floor hoists—with specific notes on their age and condition. Additionally, 32 scales are listed, detailing capacity and location, while 108 dock levelers are identified, specifying their type and usage status. The purpose of this inventory is to document existing equipment for potential maintenance, replacement, or upgrades in the context of government contracts or project bidding. The detailed categorization reflects a commitment to operational efficiency and compliance with regulatory standards in federal and state contracting environments. This comprehensive listing is critical for decision-making related to federal RFPs and grants, ensuring that all equipment is accounted for and assessed for functionality and safety.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Material Handling Equipment Maintenance Services - DLA Disposition Services North Carolina: Ft. Liberty and Camp Lejeune
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified contractors to provide Material Handling Equipment (MHE) Maintenance Services at Fort Liberty and Camp Lejeune in North Carolina. The procurement involves both preventive and corrective maintenance services for various types of MHE, including forklifts and front-end loaders, to ensure operational efficiency and compliance with safety regulations. This contract is critical for maintaining the readiness of military operations, with a total duration of three years, consisting of a 12-month base period and two optional 12-month extensions. Interested parties must submit their quotes by 3:00 PM EST on March 4, 2025, to Brandon Awkerman at brandon.awkerman@dla.mil, and are encouraged to review the attached Performance Work Statement and Price Schedule for detailed requirements.
    Maintenance and repair of elevators, dumbwaiters, material lifts and wheelchair lifts.
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the maintenance and repair of elevators, dumbwaiters, material lifts, and wheelchair lifts at facilities located in Carolina Shores, North Carolina. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, emphasizing the need for small business participation in providing essential repair and maintenance services for commercial and industrial machinery. The selected contractor will play a crucial role in ensuring the operational efficiency and safety of these vital systems. Interested parties should reach out to Quentin Williams at quentin.williams.civ@mail.mil or call 910-432-5558 for further information regarding this opportunity.
    Grove Crane Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to perform comprehensive repairs on a 2009 Grove 50T crane, model TMS700E, at Hurlburt Field, Florida. The contractor will be responsible for all management, tools, equipment, supplies, technical data, and labor necessary to restore the crane to operational readiness, adhering to Grove specifications and OSHA regulations. This procurement is critical for maintaining the functionality and safety of specialized industry machinery used by the military, ensuring compliance with manufacturer standards through the use of OEM-approved parts and thorough inspections. Interested parties should contact Tyler Peterson at tylerjohn.peterson@us.af.mil or 850-884-2097, or Osvaldo A. Alvarado at osvaldo.alvarado@us.af.mil or 850-884-2955 for further details regarding this total small business set-aside opportunity.
    Tobyhanna Army Depot Radome Crane Service
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Tobyhanna Army Depot, is seeking potential vendors for crane services with an operator to assist in the installation of a radome. The contract involves lifting a 9,000-pound radome cap to a height of 50 feet using a crane with an 80-foot working radius, with operations scheduled for two non-consecutive days between April 1 and May 1, 2025. This service is critical for ensuring the safe and effective installation of equipment at the depot, adhering to federal regulations and quality assurance standards. Interested parties must submit their responses, including company information, to Dean Berkovics at dean.m.berkovics.civ@army.mil by February 12, 2025, at 3:30 PM EST.
    5-Year Crane Inspection
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a 5-Year Crane Inspection project at Garryowen, Montana. The procurement aims to ensure the maintenance and repair of specialized industry machinery, which is critical for operational readiness and safety. Interested parties should note that the primary contact for this opportunity is Cody West, who can be reached at cody.west.2@us.af.mil or by phone at 406-731-3996, with a secondary contact being Ricardo Dominguez at ricardo.dominguez@us.af.mil or 406-731-3463. Further details regarding the funding amount and key deadlines have not been specified in the provided information.
    Getinge Equipment Maintenance
    Buyer not available
    The Department of Defense, through the Medical Readiness Contracting Office-East, is soliciting proposals for the maintenance and repair of Getinge equipment at Womack Army Medical Center, Fort Liberty, NC. The contractor will be responsible for providing all necessary personnel, equipment, supplies, and services to perform scheduled maintenance and repairs, adhering to the standards outlined in the Performance Work Statement. This procurement is crucial for ensuring the operational readiness of medical equipment, which is vital for healthcare delivery in military settings. Interested small businesses, including HUBZone and service-disabled veteran-owned firms, should note that the total award amount is capped at $230,559.76 for a Blanket Purchase Agreement lasting up to 36 months, with proposals due by February 21, 2025, and inquiries accepted until February 13, 2025. For further information, contact MSG Angelica Brown at angelica.d.brown.mil@health.mil or Mr. Michael J. McCollum at michael.j.mccollum12.civ@health.mil.
    Repair/Replace Overhead Cranes on Fort Drum
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Repair of Overhead Crane Hoists at Fort Drum, NY. The cranes range in size from half ton to 35 ton and there are approximately 395 cranes on Fort Drum. The Contractor must be able to submit invoices in Wide Area Workflow (WAWF). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 811310. The registrations can be done through System for Award Management (SAM) for free.
    Two (2) New Replacement Lattice Boom Crawler Cranes
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking sources for the procurement of two new replacement lattice boom crawler cranes to be delivered to New Orleans, Louisiana. The contract requires the provision of cranes that meet specific technical specifications, including a 135 ft and a 115 ft lattice boom crawler crane, both equipped with duty cycle capabilities and various safety and operational features. These cranes are essential for construction and heavy lifting operations, ensuring compliance with environmental standards and operational safety. Interested vendors should respond to the sources sought notice by providing their company information and product details to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil, by February 13, 2025, at 11:00 p.m. CST.
    Fork Lift
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide a forklift with a 4,000 lb. nominal capacity for use at Fort Drum. The procurement includes specific requirements for a diesel-powered lift truck featuring a Yanmar 2.1L turbocharged engine, mechanical powershift transmission, and various safety and operational features such as a dynamic stability system and operator presence system. This equipment is essential for material handling operations within military settings, ensuring efficiency and safety in logistics. Interested small businesses are encouraged to reach out to Michelle Morgan at michelle.r.morgan18.civ@army.mil or Joy Davis at joy.l.davis18.civ@army.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Hoist and Crane maintenance services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide hoist and crane maintenance services at Cannon Air Force Base in New Mexico. The procurement aims to ensure the safe operation and certification of hoists and cranes through comprehensive services, including annual inspections, proof load tests, and routine maintenance, all adhering to established safety and regulatory standards. This opportunity is critical for maintaining high safety and performance standards in equipment handling, which is essential for operational efficiency. Interested small businesses are encouraged to contact TSgt Tamarcus Turner at Tamarcus.turner@us.af.mil or 575-784-2607, or Corey Isaacs at corey.isaacs.1@us.af.mil or 575-784-4243 for further details.