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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Agilent Preventive Maintenance and Service Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for preventive maintenance and service repair of Agilent instruments and laboratory equipment. The procurement aims to ensure the operational readiness and reliability of critical laboratory equipment through regular maintenance and timely repairs. This service is vital for maintaining the functionality of instruments used in various defense-related research and operational activities. Interested parties can reach out to Tia Askew at tia.j.askew.civ@army.mil or by phone at 706-791-1821, or Sherrilyn Rice at sherrilyn.u.rice.civ@army.mil or 706-791-1831 for further details regarding the opportunity.
    NDT Modernization
    Dept Of Defense
    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.
    INCA Microscope Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command at Fort Gordon, Georgia, intends to negotiate a sole-source contract for the maintenance of INCA microscopes with Oxford Instruments America Inc. This procurement involves the repair and maintenance of specific models, including the Aztec Live Auto / Ultim Max 65 and INCA mics/x-stream, which are critical for laboratory operations. The government plans to proceed under Simplified Acquisition Procedures, with a deadline for interested parties to submit evidence of competitive capability by 0800 EST on December 15, 2025. For further inquiries, interested parties may contact Martina C. Bond at martina.bond.civ@army.mil or Tia Harris at tia.j.harris.civ@army.mil.
    Optical Comparator Preventive Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide preventive maintenance for optical comparators under a solicitation notice. The objective of this procurement is to ensure the proper functioning and longevity of these precision measurement tools, which are critical for various defense applications. The maintenance services will fall under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance, with a PSC code of J052 for measuring tools. Interested parties can reach out to Johnny Stewart at johnny.stewart2.civ@army.mil or call 571-588-0971 for further details regarding the solicitation process.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    Medical Physics Testing
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking proposals for Medical Physics Testing services under a combined synopsis/solicitation format. This procurement is specifically set aside for small businesses, with a focus on commercial items categorized under NAICS code 541990, which encompasses all other professional, scientific, and technical services. The selected contractor will play a crucial role in ensuring the quality and safety of medical, dental, and veterinary equipment and supplies, which is vital for maintaining health standards within military facilities. Proposals are due by 2:00 PM Eastern Daylight Time on December 18, 2025, and must be submitted via email to the designated contacts, Justin Balster and Jason Holck, who will confirm receipt of all submissions.
    Request for Information (RFI) - Agilent Services
    Dept Of Defense
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is seeking responses to a Request for Information (RFI) regarding maintenance and repair services for Agilent equipment utilized by the Global Field Medical Laboratories (GFML). The procurement aims to secure comprehensive service contracts for three Agilent Microplate Washers and three Gas Chromatographs/Mass Spectrometers over a five-year period, focusing on preventative maintenance, timely repairs, and compliance with safety regulations to ensure optimal equipment functionality. This initiative is critical for the GFML's mission to conduct rapid-response evaluations of CBRNE threats, underscoring the importance of reliable laboratory equipment in challenging environments. Interested vendors are encouraged to submit their responses electronically by the specified deadline, with all communications directed to the designated contacts, Trisha Scott and Patrick Wallace, via their provided email addresses.
    Medical Equipment Calibration
    Dept Of Defense
    The Department of Defense, specifically the Maine Army National Guard (MEARNG), is seeking qualified small businesses to provide medical equipment calibration services for 75 pieces of medical and dental equipment at the 52nd Troop Command in Bangor, Maine. The contract entails a non-personal service agreement for the inspection, testing, calibration, refurbishment, and maintenance of medical equipment, which is crucial for ensuring operational readiness and compliance with training and mission requirements. The total contract value is estimated at up to $34,000,000, with a performance period from February 23-27, 2026, and quotes must be submitted electronically by January 9, 2026, at 3:00 PM local time. Interested vendors can direct inquiries to Thomas Ryan at thomas.j.ryan36.civ@army.mil or Darlene Howes at darlene.r.howes.civ@army.mil.
    BPA Hydraulic Lifting Equipment
    Dept Of Defense
    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.
    Handheld X-Ray Fluorescence for ERDC GSL
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army's Engineer Research and Development Center (ERDC), is seeking quotes for a Handheld X-Ray Fluorescence (XRF) device designed for detecting elemental concentrations in soils and sediment deposits. The procurement requires a lightweight and compact device with specific technical specifications, including a Gold anode, a Silicon Drift Detector, and capabilities for data analysis and report generation. This equipment is crucial for environmental assessments and material analysis, ensuring accurate and efficient data collection in the field. Interested vendors must submit their offers by December 3, 2025, to the designated contacts, Angela Stokes and David Ammermann, with delivery expected by March 16, 2026, to Vicksburg, Mississippi.