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
Welding Equipment Maintenance, Repair, and Calibration
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking proposals for the maintenance, repair, and calibration of government-owned welding equipment under solicitation number W91ZLK-25-R-A003. This procurement is set aside for small businesses and aims to secure a contractor capable of providing comprehensive services, including emergency repairs and quality assurance, over a three-year period from July 1, 2025, to June 30, 2028. The selected contractor will be evaluated based on the Lowest Price Technically Acceptable criteria, ensuring that all proposals meet the requirements outlined in the Performance Work Statement. Interested parties must submit their proposals via email by 3:00 p.m. Eastern Time on May 16, 2025, and direct any inquiries to the Contract Specialist, Julius Wood, at julius.a.wood.civ@army.mil.
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).
Portable Analytical Instruments Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army Medical Center of Excellence (MEDCoE), is seeking sources for a contract to provide extended warranty and maintenance support for Thermo Scientific's First Defender RMX and TruDefender systems. The primary objective of this procurement is to ensure operational readiness of laboratory analyzers used in training programs for military personnel, with the contract structured as a non-personal services agreement that includes a base year and an optional additional year of performance. This maintenance support is critical for the effective functioning of analytical equipment essential for military operations. Interested businesses are encouraged to respond to the Sources Sought Notice by May 6, 2025, and should direct inquiries to Tanisha Bush at tanisha.a.bush.civ@army.mil or Angelic Hatcher at angelic.m.hatcher.civ@mail.mil.
DITMCO Test Consoles service and repair
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the service and repair of DITMCO Test Consoles, as outlined in Solicitation Number W911N225R0018. The procurement focuses on repair, calibration, and exchange services for military applications, targeting small businesses, including those owned by service-disabled veterans and women, with a contract structure based on time and materials for off-site services. This opportunity is critical for maintaining the operational readiness of military equipment, ensuring compliance with government standards through detailed billing structures and regulatory guidelines. Interested parties should direct inquiries to Michael Pitone at michael.f.pitone.civ@army.mil or Thomas C. Hall at thomas.c.hall111.civ@army.mil, with proposals due by May 5, 2025.
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.
(Site Visit Notice) Depleted Uranium (DU) Containment Facility Maintenance and Repair
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for maintenance and repair services at the Depleted Uranium (DU) Containment Facility located at Aberdeen Proving Ground, Maryland. The procurement involves a hybrid Firm-Fixed-Price and Time and Material contract for a base year with two option years, focusing on quarterly maintenance and emergency repairs to ensure the facility's operational integrity while adhering to strict safety protocols regarding DU exposure. Interested parties must register for a mandatory site visit scheduled for April 14, 2025, and submit their proposals electronically by May 12, 2025, with inquiries directed to the Contract Specialist, Christine Orr, at christine.n.orr.civ@army.mil.
Magnetic Particle Bench Replacement
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure five Magnetic Particle Inspection Benches, including three Model 3509A-01 and two Model 3606, under a total small business set-aside contract. These benches are critical for inspecting defects in ferrous metals, particularly in aircraft and engine components, ensuring operational readiness and safety through precise magnetization and demagnetization processes. The procurement emphasizes adherence to stringent technical specifications and standards, with a focus on maintaining operational continuity by utilizing brand-name equipment already in use, minimizing retraining and support costs. Interested vendors must submit their quotes by May 16, 2025, and ensure registration in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil.
Calibration of Medical Equipment
Buyer not available
The Department of the Army, specifically the Arkansas Army National Guard, is seeking qualified contractors to provide calibration services for approximately 203 pieces of medical equipment located in North Little Rock, Arkansas. The contract will be a Firm Fixed Price agreement, with a performance period of 30 days from the date of award, requiring the contractor to deliver all calibration documentation within two weeks post-service completion. This procurement is critical for maintaining the operational readiness of medical devices used by the 39th Infantry Brigade Combat Team, ensuring compliance with federal regulations and quality assurance standards. Interested parties should contact Michael Washington at michael.w.washington10.civ@army.mil or call 501-212-4362 for further details, and must ensure registration in the System for Award Management (SAM) to participate in the bidding process.
Qiagen Equipment Maintenance and Repair Services for the DCPH-A Laboratory Sciences Directorate
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a firm-fixed price contract to Qiagen LLC for the provision of maintenance and repair services for Qiagen equipment utilized by the Defense Centers for Public Health-Aberdeen (DCPH-A). The procurement encompasses annual preventative maintenance, unlimited repair services using Qiagen certified parts, software support, and technical assistance for laboratory instruments critical to the DCPH-A's mission of conducting comprehensive analyses for public health. This specialized service is essential as Qiagen LLC is the sole original equipment manufacturer (OEM) authorized to provide these services, ensuring the integrity and functionality of the equipment used in environmental and industrial hygiene assessments. Interested parties must submit capability statements by 11:00 AM EDT on May 8, 2025, to the primary contact, Brandon Roebuck, at brandon.m.roebuck.civ@health.mil, as no competitive proposals will be solicited for this requirement.
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.