Scales Maintenace and Repair
ID: 25-2Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT STEWARTFORT STEWART, GA, 31314-3324, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS (J052)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the maintenance and repair of scales at Fort Stewart and Hunter Army Airfield in Georgia. The procurement involves providing preventive maintenance, repair services, inspection, testing, and certification of all transportation scales located at these facilities, ensuring compliance with applicable federal, state, and local regulations. This contract is crucial for maintaining operational readiness and safety standards, supporting the mission requirements as directed by higher command. Interested vendors must submit their quotes by May 21, 2025, at 2:00 PM EST, and are encouraged to direct any inquiries to the Contracting Officer, Sheung Li, at sheung.c.li.civ@army.mil or the Contract Specialist, Curtis Hanna, at curtis.r.hanna.civ@army.mil.

    Files
    Title
    Posted
    The document is a solicitation issued by the government for commercial products or services, specifically focused on scale repair and maintenance services. The solicitation number is W9124M25QA004, and it is set aside for small businesses with a NAICS code of 811210. The procurement entails a firm-fixed price contract for one base year, with two optional years, from May 1, 2025, to April 30, 2028. Offerors must submit quotes by April 14, 2025, and prices must remain valid for 90 days. Offerors need to provide certifications and proof of compliance with Georgia State law for maintenance and calibration services. Technical specifications and pricing details must be included in the quotes, alongside required documents like the completed SF1449 form and FAR certifications. Questions regarding the solicitation are accepted until March 21, 2025. The primary focus is to ensure the government secures quality service providers capable of meeting the specified requirements while adhering to regulatory standards. This solicitation exemplifies standard federal procurement procedures aimed at promoting small business participation in government contracts.
    The document outlines a solicitation for contract services related to quarterly preventive maintenance and repair of scale equipment. It is aimed at Women-Owned Small Businesses (WOSB) and includes key details such as the requisition number, solicitation number, effective dates, and point of contact for inquiries. The statement specifies the provision of quarterly maintenance, emergency repairs, and certifications of scale equipment under firm fixed price arrangements. There are multiple line items for specific services, detailing quantities and payment structures, along with a reminder for contractors to adhere to required contractual obligations, including various Federal Acquisition Regulation (FAR) clauses. The document emphasizes compliance with small business regulations, including HUBZone business considerations. Ultimately, the solicitation seeks reliable service delivery consistent with government standards, demonstrating a commitment to integrating local and disadvantaged businesses into federal contracting opportunities.
    The document outlines the Performance Work Statement (PWS) for scales maintenance and repair services at Fort Stewart and Hunter Army Airfield, Georgia, effective January 1, 2025. The contractor will provide non-personal services, including the maintenance, repair, and certification of 14 operational scales, ensuring compliance with manufacturer standards and applicable regulations. Key requirements include the creation of preventive maintenance and repair plans, coordination with facility management, and adherence to safety, environmental, and security protocols. The contractor is responsible for all personnel and materials required for service delivery. Emphasis is placed on emergency and routine maintenance orders, with strict deadlines for response and completion. A comprehensive quality assurance and control plan will be implemented to monitor service performance, while documentation will be maintained for government review. Training certifications for contractors and subcontractors are mandatory, along with routines for hazardous waste management. Overall, the PWS ensures operational readiness and compliance while prioritizing quality and safety standards in service execution. The contract will span a base period with optional extensions, maintaining flexibility for potential adjustments in scale operations.
    The document details an amendment of a solicitation for a government contract, primarily focused on extending the offer submission date and modifying contract terms related to maintenance services for scale equipment. It outlines the procedures for submitting acknowledgment of the amendment, emphasizing the importance of timely communication to avoid rejection of offers. Key changes include adjustments to the emergency repair service timeframe and modification of contract performance periods, extending them by a month. The document also amends clauses pertinent to HUBZone small businesses, ensuring compliance with federal acquisition regulations. This amendment reflects the government’s ongoing commitment to adhere to small business provisions while modifying administrative details to streamline service agreement processes. Through this amendment, the government maintains its intent to engage small businesses while ensuring clarity and regulatory adherence in its contracting practices.
    This document pertains to the inventory of scales used in various federal buildings, primarily focusing on those classified as Mission Critical. The list includes various models and capacities utilized across specific facilities, such as the Fairbanks and HAAF buildings. Key entries detail the model numbers and capacities of each scale, which range from 0.5 tons to 200 tons. The emphasis on certain buildings as 'mission critical' indicates their importance in operational contexts. This inventory is relevant to federal RFPs as it outlines essential equipment supporting government operations, highlighting the need for maintenance and potential procurement services related to these crucial facilities. The document's structure provides a breakdown of items by building location and type, facilitating the identification of equipment necessary for various programs and initiatives within government operations.
    The document outlines the estimated workload data for facility maintenance tasks as part of government operations for fiscal year 2025. It specifies the anticipated annual hours allocated for various tasks under the Department of Public Works (DPW). The priority tasks include Facility Maintenance Priority 1, which is estimated at 25 hours; Facility Maintenance Priority 2, estimated at 50 hours; and Preventative Maintenance along with certifications under the Project Management Office (PMO), which is projected at 386 hours. This structured breakdown serves to inform planning and resource allocation within government agencies responsible for facility management. It highlights the government's commitment to maintaining operational efficiency and adherence to maintenance protocols.
    The Technical Exhibit 2 outlines the standards and requirements for the maintenance and certification of facility scales at Fort Stewart and Hunter Army Airfield, Georgia. The contractor is responsible for preventive and demand maintenance orders, ensuring compliance with original equipment manufacturer specifications and applicable regulations. Key components of the contract include monthly maintenance of various types of scales, diagnostic analysis of equipment failures, and development of a comprehensive maintenance program. A service plan must be submitted within 30 days of contract initiation, detailing scheduled maintenance tasks and procedures. Reporting requirements include maintaining records of inspections, calibrations, and repairs, while repairs outside minor definitions require prior approval. Additionally, the document emphasizes the need for qualified personnel on call for emergency repairs and mandates that all replacement parts meet OEM standards. The document's purpose is to ensure that facility scales are maintained at optimal functionality, supporting operational readiness and compliance with government standards. This comprehensive approach aims to fulfill operational needs efficiently and safely, demonstrating best practices in facility management.
    The document is a Request for Access Control Card or Extended Pass for Fort Stewart/Hunter Army Airfield, aimed at granting installation access to applicants. It outlines the required personal information, including full name, Social Security Number, date of birth, race, gender, and contact details. Additional information pertains to the applicant's relationship to a sponsor and the type of access requested, such as contractor, family care provider, or vendor. A justification statement is required for requesting access, alongside sponsor information, including their name, rank, organization, and contact details. The document mandates sponsor certification confirming the applicant meets access requirements. There is a section related to background checks, indicating if a criminal history exists. The final section is reserved for the Security Division, detailing the approval or disapproval process by an issuing official. This form serves as a critical administrative procedure for security compliance, ensuring only authorized individuals access the military installation, in adherence to associated Executive Orders governing security and privacy. Overall, the document is structured to facilitate thorough vetting while managing access control for military facilities effectively.
    The document presents a detailed map and overview of various housing areas, including New Marne, Marne Point, and related neighborhoods situated around Fort Stewart, Georgia. It serves as a resource for federal, state, and local RFPs and grants related to housing and community development in the area. The map indicates infrastructure details such as boundaries, roads, and key facilities, highlighting locations of interest for potential housing projects or development initiatives. Key contact information for planning and engineering at the Department of Public Works is also provided, facilitating communication for stakeholders involved in grant applications or requests for proposals focusing on housing development. This document is instrumental in guiding planning efforts and proposals aimed at enhancing community living standards and accessibility in the region.
    The document primarily consists of a detailed overview of various streets and locations in and around Hunter Army Airfield (HAAF), Georgia. The list includes street names, intersections, and geographical identifiers, suggesting a mapping of the area for operational or planning purposes. Key locations, such as Montgomery Xrd, Abercorn, and White Bluff, are mentioned multiple times, indicating significant thoroughfares or points of interest. The purpose of this documentation likely involves providing a comprehensive reference for federal RFPs, grants, or local planning initiatives related to infrastructure, engineering services, or urban development around HAAF. The inclusion of a scale map suggests a focus on spatial layout, which might aid in logistics, construction planning, or environmental assessments relevant to military or government operations. In summary, the document serves as a foundational geographic resource detailing the road network around Hunter Army Airfield, which could facilitate various governmental functions, including planning, construction, and response operations in the area.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DDAG Crane Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified contractors for the maintenance and rental support of a Government-Owned 80 TON Shuttlelift Gantry Crane at DLA Distribution Albany, Georgia. The procurement involves establishing a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) purchase order for preventative and corrective maintenance services, with a contract period spanning from March 1, 2026, to February 28, 2031, including a base year and four option years. This opportunity is a 100% Small Business Set-Aside, with quotes due by December 22, 2025, and interested parties are encouraged to contact Morgan Costanzo at morgan.costanzo@dla.mil for further details.
    Vehicle Scale Calibration Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide Vehicle Scale Calibration Services at Beale Air Force Base, California. The procurement involves annual calibration, inspection, testing, and maintenance of six government-owned scales used for verifying vehicle and cargo weights, ensuring compliance with Department of Transportation and MIL-AIR weight limitations. This contract is crucial for maintaining operational efficiency and safety standards, with a total small business set-aside and a potential contract value not exceeding $5,000 per year for "Over and Above" repairs. Interested parties must submit their quotes by January 6, 2026, and are encouraged to attend a site visit on December 22, 2025, with prior access arrangements required by December 17, 2025. For further inquiries, contact Lamar Mullins at lamar.mullins@us.af.mil or Katherine Moe at katherine.moe@us.af.mil.
    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.
    W912HN26RA003 - Hartwell O/M Project
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Savannah District, is soliciting proposals for the Hartwell Operations and Maintenance Project (Solicitation W912HN26RA003). This contract aims to provide comprehensive maintenance, repair, and minor construction services for the Hartwell Project, which includes facilities such as campgrounds, dams, and power plants across six counties in Georgia and South Carolina. The selected contractor will be responsible for a range of tasks, including cleaning, landscaping, equipment maintenance, and emergency response, ensuring compliance with federal and Army regulations. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by January 5, 2026, and maintain active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Rohan Bryan at rohan.a.bryan@usace.army.mil or call 912-652-5619.
    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.
    Maintenance, Repair, and Inspection of Hoists in the Kaiserslautern Military Community (KMC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance, repair, and inspection services for hoists within the Kaiserslautern Military Community (KMC) in Germany. The procurement aims to ensure the continuous and safe operation of hoists at various locations, adhering to both German and U.S. standards, with a contract that includes a base period from November 1, 2025, to October 31, 2026, and four optional one-year extensions through October 31, 2030. This service is critical for maintaining operational integrity and safety within military facilities, as it encompasses routine and emergency repairs, safety inspections, and compliance with stringent environmental and security regulations. Interested vendors must submit their proposals by August 22, 2025, and can contact Beatrice Meier at beatrice.meier.1.de@us.af.mil or Tristan Gallemore at tristan.gallemore@us.af.mil for further information.
    53--DIAL,SCALE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of DIAL, SCALE (NSN 5355003859189). The requirement includes an estimated quantity of 4 units, with delivery expected within 99 days after order placement, and may lead to an Indefinite Delivery Contract (IDC) with a total order cap of $350,000 over one year. These items are critical for various applications within military operations and will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    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.
    Troop Appliance Maintenance and Repair (TAMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM), Washington. This procurement involves providing non-personal services for the maintenance, repair, installation, and disconnection of appliances, as well as dryer duct and vent system cleaning for Unaccompanied Housing facilities. The contract, valued at approximately $19 million, will span from November 1, 2025, to March 31, 2030, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.