Accurpress and Hyd-Mech Service
ID: W911KF-24-Q-0037Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- METALWORKING MACHINERY (J034)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for on-site preventive maintenance, emergency repairs, and replacement parts for Accurpress Press Brakes and Hyd-Mech machines at the Anniston Army Depot in Alabama. The contract requires the selected contractor to provide trained personnel, perform biannual preventive maintenance, and ensure timely emergency support, with a focus on using quality replacement parts and maintaining clear communication with the contracting officer. This procurement is vital for ensuring the reliability and operational readiness of critical machinery used in military operations. Interested small businesses must submit their proposals by September 16, 2024, at 10:00 AM CST, and can contact Johnny Stewart II or Sonja L. Freeman for further information.

    Files
    Title
    Posted
    The document outlines a Statement of Work for a contract to provide on-site preventive maintenance, emergency repairs, and parts replacement for Accurpress Press Brakes and Hyd-Mech machines at the Anniston Army Depot in Alabama. The contract includes a one-year base period with four one-year options for renewal. Key requirements specify that the contractor must supply trained personnel for maintenance, perform two preventive maintenance services annually, and provide emergency on-site support within specified timelines. The contractor is responsible for using new quality replacement parts, documenting all malfunctions and service calls, and ensuring clear communication with the contracting officer. Invoicing must be itemized, covering all costs including repair parts and travel expenses in accordance with established regulations. Security and access procedures need to be adhered to for personnel involved with maintenance at Army-controlled installations. This procurement reflects federal priorities for equipment reliability and service sustainment in support of military operations.
    The document outlines the required evidence of authority for individuals signing contracts on behalf of entities submitting offers in response to government solicitations. It specifies that a certificate must be completed by the Secretary of a corporation or by all partners in a partnership or unincorporated firm to verify that designated representatives are authorized to bind their respective organizations in contractual matters. The document includes two distinct certificates: one for corporations and one for partnerships/unincorporated firms, detailing the necessary disclosures regarding authority and limitations. This procedural requirement aims to ensure accountability and proper representation in the bidding process associated with federal RFPs, grants, and state/local procurements, thereby safeguarding the integrity of contractual agreements with government bodies.
    The document is a Past Performance Questionnaire related to the solicitation requirements for Accurpress Service at the Anniston Army Depot. It serves as a tool for source selection by gathering feedback on the contractor's past performance from relevant stakeholders. The questionnaire requires detailed information about the contractor, including their name, address, contract details, and project descriptions. Respondents are asked to provide ratings based on various performance aspects such as customer satisfaction, adherence to schedules, compliance with technical requirements, and overall performance assessment. Each aspect uses a rating scale ranging from Excellent to Poor, with an option for Unknown if applicable. Detailed narratives supporting the ratings are also requested, emphasizing compliance, performance issues, and problem resolution. The intent of this questionnaire is to facilitate the evaluation of potential contractors based on their historical performance, which is crucial for ensuring the quality and reliability of services provided to the Anniston Army Depot. The document illustrates the structured approach to assessing contractor capabilities in federal RFP processes and the emphasis on past performance as a selectivity criterion in government contracting.
    The document focuses on the solicitation of resources and proposals as part of federal and local RFPs, specifically targeting infrastructure development and environmental compliance. It outlines the requirements for contractors, including evaluation procedures, response formats, and project objectives. Emphasis is placed on adherence to regulations and standards to ensure the integrity and safety of projects involving hazardous materials or significant structural changes. The function of this document primarily serves to guide agencies and companies in submitting comprehensive proposals that align with federal funding criteria and local government expectations. The detailed instructions aim to facilitate project implementation effectively while highlighting the importance of maintaining safety and environmental considerations throughout the contracted work. This is pivotal for achieving compliance with relevant laws and regulations in the context of public sector contracting.
    The document is an amendment to a government solicitation, specifically W911KF24Q0037, issued on June 27, 2024. The primary purpose of this amendment is to change the solicitation issue date and extend the closing date for submissions. The new solicitation issue date is now June 27, 2024, and the closing date has been pushed to July 27, 2024, at 10:00 AM CDT. The amendment stipulates that all other terms and conditions of the original solicitation remain unchanged. Additionally, the document specifies the mechanisms for bidders to acknowledge receipt of the amendment, requiring them to revise their offers accordingly if needed. It reinforces the importance of timely acknowledgment to avoid rejection of bids. The changes reflect standard operating procedures in federal procurement processes, ensuring transparency and fairness in soliciting bids for government contracts. Overall, the amendment serves to keep potential contractors informed and engaged in the bidding process while adhering to regulatory requirements.
    The document is an amendment to a federal solicitation, specifically Contract W911KF24Q0037, modifying its terms and extending the submission deadline. The modification, signed on 13-Aug-2024, primarily aims to extend the closing date for offers to 16 September 2024 at 10:00 AM CST, originally set for 27 July 2024. All other terms and conditions of the solicitation remain unchanged. The amendment emphasizes the necessity for contractors to acknowledge receipt of the amendment in their offers, ensuring compliance with submission timelines. This amendment underscores the U.S. government's procedural transparency and adherence to regulatory frameworks governing contract solicitations, aiming to facilitate a thorough bidding process while ensuring all parties are informed of important deadline changes. It is pivotal for bidders to incorporate this extension to avoid the rejection of offers submitted post the original deadline, reinforcing the document's focus on promoting fair competition and efficiency in government procurement.
    The document is a solicitation from the Anniston Army Depot (ANAD) seeking proposals for a project dedicated to small businesses. The acquisition, referenced as W911KF24Q0037, is due by 12:00 AM on July 11, 2024. Key points include the mandatory electronic submission of proposals, specifications for safety protocols, environmental compliance, and contract requirements, such as insurance and payment methods. There are stipulations regarding contractor safety, security access, and requirements for handling government property. The document provides detailed regulations, such as past performance evaluation, required insurances, and the necessity for contractors to comply with anti-terrorism training. Contractors must understand the framework of the Army's contracting methodologies, including the potential for multiple awards based on cost effectiveness. Overall, this solicitation underlines the strategic partnership goals of small businesses while highlighting the regulatory framework necessary to achieve compliance with federal safety and operational standards at the military installation. The emphasis is on ensuring safety, environmental stewardship, and efficient project execution throughout the contract's lifecycle.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    4kw Laser Cutting System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of a new 4kw Laser Cutting System to be installed in Building 134 at the Anniston Army Depot in Alabama. The system must be a fully integrated, computer numerical control (CNC) laser cutting machine capable of cutting Inconel and Mica sheets, with specific requirements outlined in the Statement of Work, including safety and environmental compliance measures. This procurement is critical for enhancing operational capabilities within the facility, ensuring adherence to federal guidelines and safety standards. Interested contractors should submit their proposals by September 18, 2024, at 10:00 AM CDT, and may contact Johnny Stewart II at johnny.stewart2.civ@army.mil or Sonja L. Freeman at sonja.l.freeman.civ@army.mil for further information.
    100 MXS Sheet Metal Corrosion Pipe Bender
    Active
    Dept Of Defense
    The Department of Defense, specifically the 100 Maintenance Squadron (48th MXS), is seeking quotes for the procurement of a PHI 420 Precision Bending Machine, which is essential for enhancing maintenance capabilities for the KC-135 and C-130/CV-22 aircraft fleets. The machine is required to replace outdated equipment and must feature a hydraulic mandrel extractor, the ability to bend tubes up to 1.5 inches in diameter, and operate without an external power source, thereby allowing for field adjustments. This procurement is critical for improving operational readiness and efficiency in military maintenance operations. Interested contractors must submit their quotes by September 25, 2024, with inquiries due by September 18, 2024; for further information, they can contact Mrs. Patsy Hereford-Goesmann at patsy.hereford-goesmann.1@us.af.mil or Esther Hamilton at esther.hamilton@us.af.mil.
    Det 9 - LVD Strippit Press Brake
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of an LVD Strippit Press Brake for Detachment 9 at Luke Air Force Base in Arizona. This requirement is a brand name purchase, emphasizing the need for specific LVD products to ensure compatibility with existing equipment and to minimize training costs, with an estimated contract value of $240,446. The Strippit Press Brake is critical for supporting the LCTE mission, featuring advanced automation capabilities and precise mechanical specifications that enhance manufacturing efficiency. Interested vendors should ensure their quotes remain valid through September 30, 2024, and may contact 1st Lt Joseph Moore at joseph.moore.67@us.af.mil or Jacqueline Aranda at jacqueline.aranda.1@us.af.mil for further details.
    Preventative Maintenance for VLM's
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for preventative maintenance services for thirty-three Vertical Lift Modules (VLMs) at the Corpus Christi Army Depot in Texas. The contractor will be required to conduct one onsite visit annually, adhering to the Performance Work Statement, with the contract set aside for small businesses. These VLMs are critical for managing aircraft parts, emphasizing the need for specialized maintenance to ensure operational efficiency. Proposals are due by September 19, 2024, at 3:00 PM, and interested parties can contact Jennifer Salyers at jennifer.l.salyers2.civ@army.mil for further information.
    INDUSTRIAC S9X3000 & 450 kV CR NDT and INDUSTRIAC 3MPX002400 PM & Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is planning to issue a service contract for maintenance and repair services related to the INDUSTRIAC S9X3000 & 450 kV CR NDT equipment located at Letterkenny Army Depot in Chambersburg, Pennsylvania, and the INDUSTRIAC 3MVX002400 X-Ray Machine at Crane Army Ammunition Activity in Indiana. The contract aims to ensure the operational readiness of these critical pieces of equipment through preventative maintenance, timely repairs, and staff training, which are essential for supporting military operations and adhering to safety standards. This procurement is a 100% Small Business Set-aside, with a solicitation number W911N2-24-R-0028 expected to be released around August 21, 2024, and proposals due by September 3, 2024. Interested parties should contact Kevin Duffy at kevin.a.duffy4.civ@army.mil for further inquiries and must be registered in the System for Award Management (SAM) to submit proposals.
    Brake, Motor
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a contract to supply Brake, Motor P/N 54E1200803H, with a requirements contract structure that includes one base year and one option year. This solicitation emphasizes the need for compliance with safety regulations, including adherence to the LEAD Safety Management System and relevant OSHA and DoD standards, ensuring a safe working environment during the contract's execution. The motor brakes are critical components for military applications, necessitating high-quality standards and compliance with unique identification protocols for military items. Interested contractors must submit their proposals by the closing date of September 27, 2024, and can direct inquiries to Velma White at velma.e.white2.civ@army.mil or Michelle L. Fike at michelle.l.fike.civ@army.mil for further details.
    Monarch Lathe Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of Monarch lathe parts, which are critical for the operations of the Tool & Die PDM shop. This procurement is a brand name only requirement, limited to Monarch Lathes, LP and two authorized resellers, due to the proprietary nature of the parts and the necessity for compatibility with existing equipment. The acquisition supports military readiness by ensuring the availability of essential components for an outdated lathe model, originally manufactured in 1941. Proposals are due by September 19, 2024, with the contract expected to be awarded shortly thereafter, and interested vendors should contact Anthony Dollard at anthony.dollard@us.af.mil for further details.
    Overhaul of the UH-60 ACTUATOR, ELECTROMEC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the overhaul of the UH-60 Blackhawk's Electromec Actuator, under a presolicitation notice. The contractor will be responsible for providing all necessary services, facilities, labor, parts, materials, equipment, tools, and data to accomplish the maintenance and overhaul of this critical aviation component, with an estimated quantity range of 120 to 720 units over a five-year period. This procurement is significant as the Electromec Actuator is classified as a Critical Safety Item, and only approved sources can perform the overhaul, with Kearfott Corporation and Sikorsky Aircraft Corporation currently recognized as such. Interested parties must submit their requests for solicitation via email to Reginald C. Burrell at reginald.c.burrell2.civ@army.mil, noting that the requirement is currently unfunded and the closing date for proposals is subject to change based on the solicitation release.
    WHIPPANY ACTUATOR EVALUATION AND REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the evaluation and repair of Electro-Mechanical Linear Actuators under solicitation number W912NW-24-Q-0090. The procurement aims to address urgent repair needs for four actuators used in the CH-47 rotor head, with a fixed-price purchase order expected to be awarded to the sole source, Whippany Actuation Systems LLC, due to its exclusive access to necessary spare parts and technical support. This contract emphasizes the importance of specialized vendors in defense procurement and includes compliance with Federal Acquisition Regulation (FAR) clauses to ensure fair competition and support for small and disadvantaged businesses. Proposals are due by 3:00 PM on September 19, 2024, and interested parties can contact Jennifer Salyers at jennifer.l.salyers2.civ@army.mil for further information.
    CNC 6KW Fiber Laser
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking information from qualified vendors regarding the procurement of a 6000-Watt CNC Fiber Laser Cutting Center with a pallet changer for the Anniston Army Depot. The requirement emphasizes advanced manufacturing capabilities, including compliance with safety standards, operational efficiency, and the ability to handle various material thicknesses, with specific features such as an automatic nozzle changer and integrated laser unit. This procurement is crucial for enhancing the Army Depot's manufacturing technology while ensuring adherence to environmental and safety regulations. Interested parties must submit their responses to the Request for Information (RFI) by September 27, 2024, at 10 AM CST, to the designated contacts, Ashley Simmons Randolph and Reese Wells, via email.