Magnetic Particle and X-Ray Equipment Maintenance
ID: W91KF-25-Q-0013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC ANADANNISTON, AL, 36201-4199, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
  1. 1
    Posted Jan 13, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 11, 2025, 12:00 AM UTC
  3. 3
    Due Feb 18, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting proposals for maintenance services related to Government-owned Magnetic Particle and X-Ray equipment at the Anniston Army Depot in Alabama. The contractor will be responsible for preventative maintenance, calibration, emergency repairs, and the supply of repair parts, adhering to strict safety and compliance standards, including ISO 17025 accreditation and ASTM requirements. This procurement is crucial for ensuring the operational efficiency and safety of essential testing equipment used by the Army. Proposals are due by 10:00 AM CST on February 18, 2025, and interested parties should contact Katherine B. Fuller at katherine.b.fuller2.civ@army.mil or T. Morey Gaddy at troy.m.gaddy2.civ@army.mil for further information.

Files
Title
Posted
Feb 11, 2025, 7:08 PM UTC
The document outlines a Request for Proposal (RFP) for maintenance services related to government-owned Magnetic Particle and X-Ray equipment. It specifies that the contractor must provide emergency repairs, calibration, preventive maintenance checks, and certified services for a one-year base period with four option years. Services must comply with ISO 17025 accreditation and relevant ASTM standards, ensuring all equipment is operational and certified. The contractor is responsible for on-site repairs within specified hours, requiring experienced technicians authorized by manufacturers. The maintenance plan includes bi-annual servicing, with detailed procedures for equipment inspection, lubrication, and part replacement. Calibration and compliance documentation are mandatory after each service. Furthermore, the contractor is expected to provide Level III Nondestructive Testing (NDT) support, including consulting and training. Record-keeping of service calls and malfunctions is emphasized for transparency and accountability. The summary also highlights the security requirements and access protocols for contractor personnel at Army facilities. Overall, this RFP emphasizes rigorous standards for technical support in maintaining critical testing equipment, ensuring safety and operational efficiency at the Anniston Army Depot.
Feb 11, 2025, 7:08 PM UTC
The document outlines the requirements for verifying the authority of individuals signing offers on behalf of corporations, partnerships, or unincorporated firms in response to federal government RFPs. It specifies that a certificate must be completed to confirm the individual's ability to bind the entity to contractual obligations. For corporations, a 'Certificate of Corporate Official/Agent’s Authority' is required, detailing the signer's authority and any limitations. For partnerships or unincorporated firms, a 'Certificate of Authority to Bind Partnership' must be completed by all members, designating an empowered individual for contract execution. The emphasis on authority validation serves to ensure that the submitting entities are legally represented, maintaining compliance in the submission process. This is critical in government contracts to mitigate the risk of unauthorized commitments. Overall, the document highlights the procedural adherence necessary for corporate governance in federal and state contracting scenarios.
Feb 11, 2025, 7:08 PM UTC
This document from the U.S. Department of Labor outlines wage determinations under the Service Contract Act for Alabama's Calhoun County. It specifies applicable minimum wage rates according to Executive Orders 14026 and 13658, mandating that contracts effective on or after January 30, 2022, must pay at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require $13.30 per hour. The file details various occupations and corresponding wage rates, including required fringe benefits of $5.36 per hour for health and welfare. It includes a comprehensive list of job titles categorized by occupation, along with specific notes on exemptions and benefits under recent Executive Orders, including sick leave provisions. The document serves to guide federal contractors in meeting wage compliance while emphasizing worker protections, particularly relevant for government-funded projects, grants, and bids at state and local levels. It also outlines the conformance process for unlisted occupations, ensuring fair compensation across the board. This serves as a critical resource for contractors to ensure compliance with federal wage and labor standards.
Feb 11, 2025, 7:08 PM UTC
The document is a Past Performance Questionnaire associated with solicitation for non-personal maintenance services for Government-owned Fuel Dispensing Equipment at Anniston Army Depot. It aims to evaluate prospective contractors’ performance records to support source selection. Interested parties are instructed to complete the questionnaire and submit it via email by the solicitation closing date. The form includes details such as the contractor's name, contract conditions, contract values, and project descriptions. Additionally, it requires an assessment based on various performance criteria, such as customer satisfaction, adherence to schedules, technical compliance, and overall contractor evaluation. Respondents must provide ratings and narratives to support their assessments, following a defined performance scale ranging from Excellent to Poor. This questionnaire exemplifies a structured approach to assessing contractor reliability and effectiveness, which is vital for government procurement in maintaining quality and compliance in project execution.
Feb 11, 2025, 7:08 PM UTC
The solicitation W911KF25Q0013 outlines a request for proposals (RFP) for the provision of servicing and maintenance for Government-owned Magnetic Particle and X-Ray equipment. The contractor is required to perform preventative maintenance (PM), calibration, emergency repairs, and supply repair parts as stated in the attached statement of work. Proposals must adhere to set protocols for electronic submission via the Procurement Integrated Enterprise Environment (PIEE) and are due by 10:00 AM on February 12, 2025. The solicitation includes terms for various contractor responsibilities, including adherence to security protocols at Anniston Army Depot, safety regulations, and submission of past performance evaluations. The document emphasizes the importance of maintaining safety standards, addressing potential environmental concerns, and following strict inspection and reporting requirements throughout the contract period. Highlighting the emphasis on compliance, security, payment methods, and pre-qualifications for contractors, the solicitation reflects standard government procurement processes to ensure efficient and safe operations. This RFP is a crucial component in supporting the operational needs of the Army by ensuring high-quality servicing and maintenance of essential equipment.
Feb 11, 2025, 7:08 PM UTC
This document is an amendment to a federal solicitation for a contract related to Level III consulting services, issued by the Anniston Army Depot. The primary purpose of the amendment is to address industry questions and correct the previously inaccurate Attachment 4, which is the Past Performance Questionnaire. Key points include: 1. There will be no segregation of Level III consulting services from the contract. 2. Requests to modify the quantity of certain Contract Line Item Numbers (CLINs) to allow for multiple invoicing have been denied, as current procedures accommodate this scenario. 3. Emergency response CLINs will only require hourly rates to be quoted by bidders, with total amounts set by the government for each contract year. 4. CLINs for parts will also have total amounts determined by the government. The amendment clarifies that all other contract terms remain unchanged, emphasizing the importance of accurate submissions in adherence to the updated Attachment 4. This document illustrates ongoing interactions between government entities and industry participants within the RFP framework, highlighting the responsive nature often required in contracting processes.
Feb 11, 2025, 7:08 PM UTC
This document is an amendment to Solicitation No. W911KF25Q0013, issued to clarify industry questions, refine pricing instructions for certain Contract Line Item Numbers (CLINs), and extend the solicitation closing date to February 18, 2025, at 10 AM CST. Key changes include updated pricing instructions across various categories including emergency repairs for Magnetic Particle and X-Ray Equipment, specifying the use of new OEM repair parts, and the introduction of a not-to-exceed budget for emergency repairs. Several CLINs now indicate that total amounts will be set at the time of award, eliminating the need for pricing proposals. The document emphasizes the importance of timely acknowledgment of this amendment by bidders prior to the set deadline to ensure valid submissions. Maintaining compliance with standardized contract practices is paramount throughout the process, reflecting the federal government's commitment to efficient procurement and service delivery in support of agency operations.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
5K Volt Motor Analyzer
Buyer not available
The Department of Defense, specifically the Army Contracting Command, is seeking proposals for the annual calibration and maintenance of a 5k Volt Electric Motor Analyzer at the Corpus Christi Army Depot. This procurement aims to ensure the operational efficiency and compliance of the analyzer through comprehensive services, including calibration, maintenance, and necessary software and hardware updates, as outlined in the Performance Work Statement. The contract is set aside for small businesses, with a base period of 12 months starting in March 2025 and options for two additional years, emphasizing the importance of maintaining critical equipment in defense operations. Interested contractors must submit their proposals by April 16, 2025, and can contact Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or 361-961-7831 for further details.
Test Equipment Calibration at Letterkenny Army Depot (LEAD)
Buyer not available
The Department of Defense, through the Army Contracting Command at Letterkenny Army Depot (LEAD), is seeking sources capable of providing test equipment calibration services. This opportunity involves the calibration and repair of test equipment in support of the U.S. Army's Test, Measurement, and Diagnostic Equipment (TMDE) needs, adhering to ISO/IEC 17025:2017 standards. The contract is critical for maintaining the operational readiness and accuracy of Army test equipment, with a base period from October 1, 2025, to September 30, 2026, and two optional extensions. Interested vendors must submit their capabilities statements to Megan Smith and Bobie J. Burkett by April 28, 2025, at 1:00 P.M. Eastern Time, and ensure they are registered in the Government System for Award Management (SAM).
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.
Automated Force Calibration
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information from potential sources for the procurement of one UCM-200K Automated Calibration Machine along with various essential accessories. This acquisition aims to enhance the Army's calibration capabilities, ensuring improved efficiency and measurement accuracy in their operations at Redstone Arsenal, Alabama. The required accessories include compression blocks, clevis pin sets, automation control units, and alignment rings, which are critical for the operational requirements of the Army's TMDE Activity. Interested parties are encouraged to submit a white paper detailing their capabilities by April 21, 2025, with inquiries directed to Lisa Armes at the provided contact information.
X1100 Oil Pump Test Stand
Buyer not available
The Department of Defense, specifically the Department of the Army, is planning to solicit a contract for the purchase and installation of an X1100 Oil Pump Test Stand at the Anniston Army Depot in Anniston, Alabama. The contractor will be responsible for the design, manufacture, delivery, transportation, installation, demonstration of functional operation, and provision of operator and maintenance training for the equipment. This procurement is significant as it supports the operational capabilities of the Army, and it is set aside entirely for small businesses under the NAICS code 334419, which pertains to Other Electronic Component Manufacturing. Interested vendors should note that the solicitation is expected to be issued electronically on April 28, 2025, and must be submitted via the designated online platform. For further inquiries, contact Larry Stephney at larry.d.stephney.civ@army.mil or by phone at 571-588-0970.
Skalar Equipment Maintenance
Buyer not available
The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to procure maintenance services for Skalar Robotic Analyzer SP2000 equipment on a sole source basis from Skalar, Inc. The procurement includes annual preventive maintenance, repair services, parts replacement, and one emergency visit per year, with a contract period anticipated to consist of one base year and four option years. This maintenance is crucial for ensuring the operational efficiency of laboratory equipment used in public health initiatives. Interested parties must submit a capabilities statement by April 21, 2025, at 12:00 PM EST, to the primary contact, Monica Perez, at monica.c.perez3.civ@health.mil.
Fiber Optic Test Instruments Maintenance and Calibration
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is seeking qualified contractors for the maintenance and calibration of Fiber Optic Test Instruments through a Master Blanket Purchase Agreement (BPA). The contractor will be responsible for inspecting, repairing, and calibrating approximately 75 instruments annually, including Optical Time-Domain Reflectometers (OTDRs) and fusion splicers, ensuring adherence to rigorous standards and timelines. This procurement is crucial for maintaining the functionality of essential equipment used in various operations, with a total estimated value of $243,750 over a five-year period. Interested parties must submit their quotes and technical documentation by 1:00 PM Central Time on April 25, 2024, to Jon-Vincent Holden at Jon-Vincent.S.Holden@usace.army.mil or David Ammermann at david.g.ammermann@usace.army.mil.
Liquid Scintillation Counters
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information from qualified contractors for a maintenance agreement for its Liquid Scintillation Counters, particularly TRI-CARB models. The objective is to ensure these government-owned instruments operate at maximum performance and are protected through a fixed-price contract that includes all necessary labor, parts, and tools for preventive and remedial maintenance, with unlimited on-site service visits required. This maintenance is critical for the optimal functionality and reliability of laboratory equipment used in national defense operations. Interested parties must submit white papers outlining their capabilities by April 16, 2025, and can direct inquiries to Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Portia Sampson at portia.r.sampson.civ@army.mil.
NDT Modernization
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.