The Government requires service visits from RPM Innovations to perform a decommission and reinstall of a Rapid Prototype Machine (RPM) 222 at the new facility.
ID: W911QX-25-Q-0097Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, 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 Army, is seeking service visits from RPM Innovations to decommission and reinstall a Rapid Prototype Machine (RPM) 222 at the Aberdeen Proving Ground facility in Maryland. This procurement is classified as a non-competitive, sole-source solicitation under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance. The selected contractor will be required to complete the service within six months of contract award, adhering to specific contract line items and compliance with federal procurement regulations. Interested parties should submit their offers via email within five business days, and for further inquiries, they may contact Meghan Dumler at meghan.d.dumler.civ@army.mil or Zachary Dowling at zachary.a.dowling2.civ@army.mil.

    Files
    Title
    Posted
    The document presents a combined synopsis-solicitation for a contract (W911QX-25-Q-0097) pertaining to the service visits required from RPM Innovations. The government aims to arrange for the decommissioning and reinstallation of a Rapid Prototype Machine (RPM) 222 at a new facility, Aberdeen Proving Ground, MD. This solicitation is categorized under the classification code J066 and the NAICS code 811210, which involves commercial services. Offers should be submitted via email within five business days, and this procurement is non-competitive, intended for a sole source, RPM Innovations. Key requirements include the completion of the service within six months following the contract's award, with adherence to specific contract line items (CLIN). Acceptance and delivery will occur at the designated facility, with the option to extend services based on subsequent renovations. The document also emphasizes compliance with various federal procurement regulations and the necessary clauses for both FAR and DFARS. Overall, the solicitation underscores the government’s intent to streamline a critical service involving specialized machinery without seeking competitive offers.
    This document outlines a government contracting action with RPM Innovations Inc., detailing the specific provisions and clauses relevant to a Firm Fixed Price (FFP) contract. It serves as a non-competitive solicitation under FAR 13.106-1(b)(1)(i), emphasizing the engagement of a single source for supplies or services. Key personnel includes Contract Specialist Meghan Dumler and Contracting Officer Zachary Dowling. The contract specifies the terms of non-personal services, asserting that contractor staff will operate independently, supervised solely by the contractor. It establishes government inspection and acceptance procedures and outlines work hours, holiday observance, and identification requirements for contractor employees. Important clauses address contractors' compliance with telecommunications security regulations, particularly prohibiting certain technologies from foreign entities under the National Defense Authorization Act. Payment instructions and conditions are also specified, mandating a payment processing method through the Wide Area Workflow (WAWF) system. This document is crucial for guiding potential contractors in aligning their proposals with government requirements, focusing on operational standards, compliance with security protocols, and the procedural framework for contract execution and payment.
    Similar Opportunities
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    N0038326QN059
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole source contractor for the repair of a Rotor Positioning Unit for the MV-22 aircraft. The procurement specifically targets the item with NSN 7RH 5990 014606390 and part number 41010950-103, which is critical for the operational capabilities of the platform. This opportunity is not a Total Small Business Set-Aside, and interested parties must submit their capability statements or proposals within 15 days of the notice publication, with the solicitation expected to be issued around December 25, 2025. For further inquiries, potential bidders can contact Amanda M. Sweeney at amanda.m.sweeney4.civ@us.navy.mil.
    RADIO FREQUENCY MAN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the Radio Frequency Man under a federal contract. The procurement requires firms to provide a firm-fixed price for the repair services, adhering to specific requirements such as MIL-STD packaging, government source inspection, and a Repair Turnaround Time (RTAT) of 135 days after receipt of the asset. This contract is crucial for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors must submit their quotes electronically to Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days and compliance with various regulatory requirements outlined in the solicitation.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    PUMP UNIT,CENTRIFUG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the PUMP UNIT, CENTRIFUG, under a sole source Advanced Equipment Repair Program (AERP). Contractors are required to submit a Firm-Fixed Price (FFP) proposal that includes comprehensive costs associated with the repair of potentially damaged or incomplete units, along with specific metrics such as teardown and evaluation rates, repair turnaround times, and any capacity constraints. This procurement is critical for maintaining operational readiness and ensuring the reliability of naval equipment, with a requested repair turnaround time of 365 days. Interested parties must have a valid U.S. Security Clearance of CONFIDENTIAL or higher to respond, and proposals should be directed to Kathryn Shutt at KATHRYN.E.SHUTT.CIV@US.NAVY.MIL or by phone at 717-605-2430.
    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.
    16--DAMPER ASSEMBLY, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of a Damper Assembly, specifically NSN 06100-08801-045, under a sole source requirement. The contractor will be responsible for ensuring compliance with detailed repair procedures, including inspection, testing, and reassembly, to return the assembly to a Ready for Issue (RFI) condition. This procurement is critical for maintaining operational readiness of military helicopters, as the Damper Assembly is a key component in their rotor systems. Interested parties must contact Jacob Wells at jacob.r.wells14.civ@us.navy.mil or by phone at 215-697-1227 for further details, and must adhere to the submission requirements outlined in the NAVSUP WSS Source Approval Brochure to be considered for the contract.
    FMS Repair QTY: 4, H-60
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for four H-60 spindle assemblies on a sole source basis from Sikorsky. This procurement, classified under the NAICS code 336413, involves the repair of a specific National Stock Number (NSN): 7R1615012382444, and is critical for maintaining operational readiness of the H-60 aircraft. Interested parties are invited to submit capability statements or proposals within five days of the publication of this presolicitation notice, with the solicitation expected to be issued on December 23, 2025, and responses due by January 22, 2026. For further inquiries, interested vendors may contact Taylor O’Connor at taylor.m.oconnor2.civ@us.navy.mil or by phone at 215-698-2198.
    REMOTE CONTROL UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a Remote Control Unit. The procurement requires contractors to provide firm-fixed prices for the repair services, adhering to specific turnaround times and quality assurance standards, including compliance with MIL-STD packaging and government inspection protocols. This equipment is critical for military operations, and the selected contractor must be an authorized repair source, with a requested repair turnaround time of 126 days after asset receipt. Interested parties should submit their quotes and any necessary certifications via email to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, with the solicitation details emphasizing the importance of timely and compliant submissions.
    Equipment Calibration and Software/Hardware Service Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army's 646th Support Detachment, is seeking to establish a sole source contract for equipment calibration and software/hardware services. This procurement is aimed at maintaining and repairing vehicular equipment components, which are critical for operational readiness and efficiency. The justification for this sole source contract has been documented and is available for review in the attached file. Interested parties can reach out to Yun P. Hong at yun.p.hong.civ@army.mil or by phone at 05033635685 for further details regarding this opportunity.