Flow Waterjet Preventative Maintenace and Emergency
ID: W51AA125R0026Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT TYAD OFCTOBYHANNA, PA, 18466-0000, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

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

    The Department of Defense, specifically the Army Contracting Command at the Tobyhanna Army Depot, is seeking qualified contractors for a firm fixed-price service contract focused on preventative maintenance and emergency repairs for the Flow Waterjet model M500. The contract requires the contractor to provide all necessary personnel, tools, and services for scheduled quarterly maintenance and unscheduled emergency repairs, ensuring minimal production delays and maintaining equipment efficiency. This procurement is critical for supporting military operations, with the contract performance period set from August 12, 2025, to August 11, 2026, and options for additional years. Interested parties must submit their proposals by July 2, 2025, at 12:00 PM EST, and can direct inquiries to Marissa Brodi at marissa.c.brodi.civ@army.mil or by phone at 570-615-6442.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal services contract for preventative maintenance and emergency repairs of the Flow Waterjet model M500 at the Tobyhanna Army Depot. The contractor is responsible for providing all necessary personnel, tools, and services, while the government will furnish essential replacement materials. The maintenance is scheduled on a quarterly basis, with provisions for unscheduled emergency repairs which must be completed promptly to avoid production delays. A detailed Quality Control Plan (QCP) is required for compliance and effective monitoring of services rendered, with a focus on maintaining equipment efficiency for operational productivity. Security measures for contractor personnel, comprehensive training requirements, and environmental compliance protocols are strictly enforced. The document emphasizes the need for the contractor's adherence to safety regulations, environmental standards, and clear communication with government representatives throughout the contract execution to ensure a successful partnership in maintaining vital equipment for military operations.
    The Performance Work Statement (PWS) outlines a non-personal service contract for preventative maintenance and emergency repairs for a Flow Waterjet model located at the Tobyhanna Army Depot. The contractor will provide all necessary personnel, equipment, and supplies to ensure the waterjet operates efficiently, performing quarterly maintenance and emergency repairs as required. The PWS emphasizes the importance of maintaining the equipment to meet production obligations, outlining a structured Quality Control Plan to ensure high service standards. Additionally, the document specifies the responsibilities regarding the disposal of materials, security requirements for contractor personnel, and environmental compliance to protect natural resources during service execution. Operating hours, training requirements, and communication protocols are also detailed, ensuring a clear understanding of the contractor's obligations. Safety measures, emergency protocols, and a defined process for handling any hazardous materials are crucial components of this agreement. Overall, the PWS aims to facilitate efficient operations by ensuring the waterjet is consistently maintained, thereby supporting the depot's production capabilities while adhering to comprehensive quality, safety, and environmental standards.
    The document outlines Solicitation W51AA125R0026 issued by the Army Contracting Command for a hybrid firm fixed-price (FFP) and time and materials (T&M) services contract at Tobyhanna Army Depot, PA. The solicitation aims to procure routine preventative and unscheduled emergency maintenance as specified in the attached Performance Work Statement (PWS). Key requirements include an active registration in the System for Award Management (SAM) and successful past performances. A site visit for offerors is recommended, emphasizing pre-approval for non-resident aliens and strict security protocols upon entering the base. Proposals must be submitted via email by the specified deadline, including a signed Standard Form 1449 and required pricing information. Evaluation will be based on the best value to the government, considering technical capabilities, past performance, and price, without necessarily awarding the lowest bid. The document also outlines essential clauses and regulations that apply, including Service Contract Labor Standards and rules for subcontracting. Emphasizing contractual terms, offerors are informed about submission guidelines and potential amendments to the solicitation. Overall, the document serves as a comprehensive guide for contractors aiming to engage in federal procurement, ensuring compliance and transparency in the bidding process.
    This document is an amendment to Solicitation W51AA1-25-R-0026, specifically Amendment 0001, which extends the offer submission deadline for a federal contract. The new due date for submissions is set for July 2, 2025, at 12:00 PM EST, changing it from the previous deadline of June 25, 2025. The amendment clarifies that all other terms and conditions of the original solicitation remain unchanged. Contractors must acknowledge receipt of this amendment in their submissions, which can be done through various specified methods to prevent automatic rejection of their offers. The document is issued by the ACC-APG Tobyhanna Division and is related to ongoing government contracting processes, specifically regarding submission procedures and contract administration. The adjustments made are essential for maintaining clarity and transparency in the procurement process.
    The document addresses vendor inquiries regarding the rebuilding and preventative maintenance (PM) of a specific Flow pump, model # 010558-3-EX. It confirms that the contractor is responsible for providing all necessary parts for both rebuilds and maintenance tasks. Additionally, there are concerns regarding premature failures of the intensifier mentioned, indicating that while the manufacturer may have investigated the issue, the government has not received any findings from those inquiries. This document forms part of the procurement process, indicating technical specifications and contractor responsibilities within a government RFP context.
    The document presents a Request for Proposal (RFP) from the Army Contracting Command, specifically the Tobyhanna Division, to solicit bids for a firm fixed-price service contract. The contract encompasses routine preventative maintenance, emergency repairs, and flow intensifier support at the Tobyhanna Army Depot for a specified performance period, starting August 12, 2025, through August 11, 2026, with options for additional years. Key elements include requirements for offerors, such as active registration in the System for Award Management (SAM) and submission of a signed standard form (SF1449) along with past performance references. Award criteria will focus on the best value for the government, evaluating technical ability, past performance, and price, without necessarily awarding to the lowest bid. Notably, strict visitor and workforce restrictions are outlined, particularly for non-resident aliens, who must be pre-approved for access to the facility. Additionally, security protocols, including identification checks and vetting for all personnel seeking access, are emphasized to ensure compliance with Department of Defense requirements. Overall, this RFP reflects the Army's commitment to meticulous contracting processes, ensuring the selection of qualified contractors while maintaining security and operational integrity at the depot.
    Similar Opportunities
    Laser Cutting Machine Preventive Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for preventive maintenance services on laser cutting machines at the Corpus Christi Army Depot in Texas. The procurement includes maintenance, calibration, and provision of parts for the equipment, ensuring adherence to a Performance Work Statement (PWS) that outlines specific tasks such as servicing the resonator and cleaning external mirrors. This opportunity is critical for maintaining the operational efficiency and longevity of government-owned laser cutting machinery. Interested contractors should refer to the attached solicitation documentation and note that the due date for offers has been extended to December 16, 2025; inquiries can be directed to Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or Jennifer Salyers at jennifer.l.salyers2.civ@army.mil.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    PUMP,CENTRIFUGAL
    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 centrifugal pumps. The procurement aims to ensure the operational readiness of these pumps, which are critical components in various military applications, by establishing a Repair Turnaround Time (RTAT) of 285 days. This solicitation emphasizes the importance of compliance with quality assurance standards and requires that all repairs meet specific operational and functional requirements as outlined in the contract. Interested contractors should submit their quotes, including pricing and RTAT, by the extended deadline of December 3, 2025, and can direct inquiries to Alison Harper at ALISON.E.HARPER.CIV@US.NAVY.MIL or by phone at 771-229-0456.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for the Dynapower Pump Replacement 2025 under Solicitation Number W912EE26QA004. This procurement, designated as a 100% Small Business Set-Aside, aims to replace an outdated Dynapower pump and servo/moog valve on the Mat Sinking Unit's Matboat 4801, with the contract to be awarded based on capability and price, favoring the lowest-priced, capable offer. The successful contractor will be responsible for delivering the replacement pump by January 9, 2026, or one week after the award, with quotes due electronically by December 31, 2025, at 11:00 AM. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or R. Brent Hester at richard.b.hester@usace.army.mil.
    43--PUMPING UNIT,HYDRAU, IN REPAIR/MODIFICATION OF
    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 and modification of hydraulic pumping units. The procurement aims to secure a firm-fixed-price contract for the repair of these units, with a required repair turnaround time of 206 days after receipt of the asset. These pumping units are critical for various military applications, ensuring operational readiness and efficiency. Interested contractors must submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL, with the closing date for submissions extended to December 19, 2025.
    PUMP UNIT,CENTRIFUG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of a Pump Unit, Centrifugal, under a federal contract. The procurement aims to secure a Repair Turnaround Time (RTAT) of 142 days for the specified equipment, which is critical for various military applications involving fluid movement and management. Interested contractors must provide a quote that includes the unit price, total price, and their capacity to meet the required RTAT, with the contract expected to be awarded bilaterally upon acceptance. For further inquiries, potential bidders can contact Alison Harper at 771-229-0456 or via email at alison.e.harper.civ@us.navy.mil.
    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.
    Pumping Assembly, Water
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is seeking qualified small businesses to provide a Pumping Assembly, Water, under a presolicitation notice. The procurement involves a basic quantity of 18 units of the Water Pumping Assembly (125 GPM), identified by NSN 4320-01-700-3455 and Government Part Number M52109-2-2, with an option for an additional 18 units. This equipment is critical for military operations, adhering to specific military standards (MIL-PRF-52109J) and requiring First Article Test (FAT) compliance. Interested vendors should contact Donald Merkle at donald.merkle@dla.mil or call 586-335-8436 for further details, with the solicitation expected to be posted on SAM in approximately two weeks.
    48--VALVE AND ACTUATOR - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support (WSS) Mechanicsburg, is soliciting proposals for the teardown, evaluation, repair, and modification of Valve and Actuator units, specifically NSN 7HH 4820-01-544-6503 and NSN 7HH 4820-01-544-7207. The procurement emphasizes firm-fixed-price offers and requires that final delivery occurs within 238 days from the contract's effective date, with past performance being a critical evaluation factor. These components are vital for maintaining operational readiness in naval systems, necessitating compliance with stringent quality assurance standards and access to classified drawings. Interested contractors must submit their proposals by 4:30 PM EST on January 9, 2026, and can direct inquiries to Madison M. Gray at MADISON.M.GRAY4.CIV@US.NAVY.MIL or by phone at 717-605-4056.
    CHAMBER ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the repair of a Chamber Assembly. The procurement aims to secure a repair turnaround time (RTAT) of 230 days for the Chamber Assembly, which is critical for waste disposal equipment, as indicated by the associated PSC code 4540. This contract emphasizes the importance of timely repairs to maintain operational readiness and compliance with military standards. Interested contractors must submit their quotations by close of business on January 5, 2026, and can direct inquiries to Joseph Weaver at 717-605-1884 or via email at JOSEPH.D.WEAVER22.CIV@US.NAVY.MIL.