Construction Machinery Repairs
ID: W912GY25Q0012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK SIAD CONTR OFFHERLONG, CA, 96113-5000, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION/MINING/EXCAVATING/HIGHWAY MAINTENANCE EQUIPMENT (J038)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking contractors to provide repair services for construction machinery at the Sierra Army Depot located in Herlong, California. The contract will encompass diagnostic, repair, and parts services for construction machinery, structured as a Time and Materials (T&M) contract with a base year and two optional years. This procurement is crucial for maintaining operational readiness and efficiency of the Army's motor pool, particularly for complex repairs that exceed the capabilities of government personnel. Interested contractors must submit their proposals electronically via the System for Award Management (SAM) by April 30, 2025, at 10:00 AM, and should direct any inquiries to Carolina Guerrero or Melissa Kaarbo at the provided email addresses.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 10:04 PM UTC
The Performance Work Statement (PWS) outlines the requirements for a non-personal service contract to provide diagnostic, repair, and repair parts for Construction Machinery Equipment (CME) at Sierra Army Depot, California. The contractor will enhance the existing capabilities of the motor pool, particularly for complex repairs and diagnostics that the government personnel cannot perform, such as electrical diagnostics, mechanical repairs, and software programming. The contract is structured for one base year with two optional years and includes specific service objectives like timely diagnostics, repair services, and the provision of repair parts. The contractor is responsible for all necessary personnel, tools, and materials, ensuring that all work is conducted within set hours and adheres to strict quality and environmental standards. Completion and warranties of repairs are also specified, emphasizing safety and compliance with applicable regulations. Regular updates and performance reports will be submitted to the Contracting Officer Representative (COR), ensuring transparency and accountability throughout the contract duration. This framework establishes a comprehensive approach to maintaining CME functionality and aligns with government efficiency and operational readiness objectives.
Mar 31, 2025, 10:04 PM UTC
The DD Form 1423 outlines the Contract Data Requirement List for contract W912GY25Q0012, specifically for the Sierra Army Depot's Motor Pool operations. The document specifies several data items required from the contractor, including a Diagnostic Report, Weekly Status Report, Quote for Parts, and Warranties. Each data item includes a title, submission frequency, contractual references, addressee details, and distribution requirements. For instance, the Diagnostic Report must be submitted within four business days post-diagnostic service request, while the Weekly Status Report is due every Monday by 10:00 AM. The document emphasizes the contractor’s obligation to respond timely to diagnostic requests and to provide necessary information as outlined in specific paragraphs of the Performance Work Statement (PWS). Each submission is categorized as "Not Separately Priced" (NSP), indicating that costs are built into the overall contract. This form is essential for ensuring accountability and compliance with contract terms by detailing data collection and reporting responsibilities crucial for project oversight.
Mar 31, 2025, 10:04 PM UTC
The document is a Contractor Information Sheet, outlining requirements for submission in response to a government RFP (Request for Proposal) numbered W912GY25Q0012. It requests suppliers to provide essential business details such as the registered business name, address, Cage Code, Unique Entity Identifier (UEI), and Tax Identification Number (TIN) along with the offer. The sheet also instructs bidders to complete and submit several attachments: Attachment 1, Contractor Information Sheet, Attachment 2, Yearly Pricing Schedule, and Attachment 3 (PMP). Offers should be emailed to specified Army contacts, and inquiries should also be directed to these emails. The structured format facilitates organized submissions, ensuring compliance with federal contracting protocols, thereby promoting efficiency in the procurement process. Overall, the document serves to streamline the submission process for contractors interested in fulfilling government contract needs.
Mar 31, 2025, 10:04 PM UTC
The document outlines a Request for Proposal (RFP) concerning diagnostic testing, site visits, and maintenance services at Sierra Army Depot. It specifies pricing structures for both labor and diagnostic testing across two option years, outlining categories such as electrical, mechanical, hydraulic, and emissions systems—detailed under various conditions of business hours. Key points include the requirement for bidders to fill out a pricing sheet with their company name, abide by specific instructions regarding submission, and adhere to contractual stipulations regarding labor rates and testing procedures. Pricing for materials and repairs is subject to negotiation by the Contracting Officer before any work commences. The document emphasizes that costs for site visits include all associated expenses for travel and labor, highlighting the importance of accurate reporting of worked hours. This RFP reflects the government's need to ensure competitive pricing and quality service in maintenance operations, aligning with federal contracting guidelines and regulations. Overall, the file serves as a structured guide for contractors to submit their proposals effectively while ensuring compliance and clarity in pricing practices.
Mar 31, 2025, 10:04 PM UTC
The Property Management Plan (PMP) solicitation requires offerors to present a strategic overview of their management processes for Government Property. Key points of the PMP include an overview of the contractor's Property Management System (PMS), its purpose, compliance with relevant laws, and the scope which includes company, subcontractor, and customer assets. The PMP must address ten specific outcomes of Government Property management, from acquisition to closeout. Applicants should incorporate applicable industry standards and ensure alignment with solicitation requirements. Moreover, the PMP must detail how it will fulfill Item Unique Identification (IUID) requirements and Government Property reporting obligations, including formats and delivery methods. This solicitation emphasizes the contractor's responsibility for associated costs in managing Government Property, aiming to ensure accountability and compliance in property management practices.
Mar 31, 2025, 10:04 PM UTC
The document outlines the wage determinations required under the Service Contract Act by the U.S. Department of Labor, particularly focusing on wage rates applicable for federal contracts in California's Lassen County. It stipulates that, depending on the contract award date, contractors must pay covered workers a minimum wage of at least $17.75 per hour, following Executive Order 14026, if contracts are made post-January 30, 2022. If contracts were awarded between January 1, 2015, and January 29, 2022, the minimum wage is $13.30 per hour under Executive Order 13658. The file details various job classifications and their corresponding wage rates for several occupations, including administrative support, automotive service, healthcare, and technical roles, ensuring compliance with worker protections. Additional benefits such as health and welfare contributions, vacation time, and paid holidays are mandated for employees covered under these contracts. The document emphasizes the importance of contractor adherence to these wage standards, particularly highlighting the necessity for any unlisted class of employment to follow the conformance process. This framework underpins efforts to maintain fair labor practices in government contracting, aligning worker compensation with federal standards.
Mar 31, 2025, 10:04 PM UTC
The document outlines procedures for submitting electronic bids, proposals, and responses to solicitations by contractors in relation to the Army Contracting Command - Sierra Army Depot (SIAD). It specifies that all bids must be submitted electronically via the System for Award Management (SAM), with detailed requirements for acceptable file formats, email transmission guidelines, and security compliance measures. It emphasizes timely submission and the need for bids to be virus-free, as unreadable submissions will not be considered. Additionally, there are notes on access protocols for contractors at the Sierra Army Depot under varying Force Protection Conditions, handling of contractor IDs, and traffic policies. Contractors are reminded of their responsibilities in meeting security measures, and there are references to adherence to Section 508 for electronic accessibility. The document also mentions that contract writing systems will transition to the Army Contract Writing System (ACWS), necessitating contractors to be aware of potential changes in document formatting and contract terms. Overall, this guidance is essential for ensuring compliance with federal regulations and managing the logistics of government contracting effectively.
The document outlines a Request for Quote (RFQ) for construction equipment repair services, assigned solicitation number W912GY25Q0012, due on April 30, 2025, at 10:00 AM. The contract is aimed at providing diagnostic, repair, and parts services for construction machinery at Sierra Army Depot in Herlong, CA. It details supplies and services in multiple line items, including a base year and two additional option years, emphasizing that quantities are estimated and actual costs will be negotiated as needed. Supporting documents include pricing sheets, a Property Management Plan (PMP), and Contract Data Requirement Lists (CDRLs) for diagnostic reports and status updates. Evaluation will be based on price and past performance, with guidelines that require potential contractors to demonstrate registration in the System for Award Management (SAM). The procurement strategy favors small businesses, encompassing service-disabled veteran-owned, economically disadvantaged, and women-owned small business considerations. The document assures compliance with various federal regulations. The overall objective is to enhance operational efficiency through timely and accessible equipment repair services while ensuring adherence to federal contracting standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Material Handling Equipment Repair and Parts
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking sources for a contract related to the repair and maintenance of Material Handling Equipment (MHE) at the Sierra Army Depot in California. The procurement aims to secure diagnostic services, software resets, repairs, and the supply of repair parts, as outlined in the draft Performance Work Statement. This contract is crucial for maintaining operational efficiency and ensuring the readiness of MHE, which plays a vital role in logistics and supply chain management within military operations. Interested firms are encouraged to submit their capability statements, including socioeconomic status and relevant company information, to the primary contact, Justin Lyu, at justin.y.lyu.civ@army.mil, as this is a Sources Sought Notice intended for market research purposes only, with no solicitation currently available.
FY 25 Preventative Maintenance on and Repairs to Caterpillar, Volvo and John Deere Equipment and Engines
Buyer not available
The U.S. Army Corps of Engineers (USACE) Philadelphia District is seeking qualified contractors for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines as part of a Sources Sought Notice for Fiscal Year 2024. The procurement aims to assess industry interest and ensure a sufficient pool of contractors, both large and small, capable of performing essential maintenance tasks, including fluid sample testing and emergency/non-emergency repairs on specified heavy equipment. This IDIQ contract will span multiple years, with performance periods running from approximately April 21 to April 20 each year until April 2030, covering various locations in Pennsylvania, New Jersey, Delaware, and Maryland. Interested contractors must submit their qualifications and capability statements via email to Tiffany Chisholm by November 14, 2024, and must be registered in the System for Award Management (SAM).
Macrodyne Hydraulic Press Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for on-site preventive maintenance and emergency repair services for Macrodyne Hydraulic Press machines located at the Anniston Army Depot (ANAD). The procurement includes unlimited emergency repair and replacement parts, with the work to be performed in accordance with the Statement of Work, and is intended to be sole sourced to Macrodyne Technologies Inc. This maintenance is crucial for ensuring the operational efficiency of metalworking machinery, which plays a significant role in defense manufacturing processes. Proposals must be submitted electronically by Monday, April 28, 2025, at 10:00 AM CST, and interested vendors can access the solicitation and any amendments via the SAM.gov website. For further inquiries, contact Crystal Hodges at 256-240-3614 or via email at crystal.l.hodges8.civ@army.mil.
Macro Restoration
Buyer not available
The Department of Defense, through the California National Guard, is soliciting proposals for a federal contract titled "Macro Restoration," aimed at procuring restoration services for military equipment, specifically targeting women-owned small businesses. The contract involves the restoration of various military vehicles, including howitzers and tanks, with a total award amount of $9,000,000, and services are required to be delivered by March 31, 2026. This opportunity underscores the government's commitment to supporting small and disadvantaged business entities while adhering to Federal Acquisition Regulation (FAR) guidelines. Interested vendors must submit their proposals by April 17, 2025, and can direct inquiries to Chad Walton at chad.r.walton.civ@army.mil or by phone at 562-538-7475.
Material Handling Equipment Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command, is seeking information from qualified contractors for the maintenance and repair of Material Handling Equipment (MHE) at the DLA Distribution Europe located in Germersheim, Germany. The procurement aims to identify potential contractors capable of providing both scheduled and unscheduled maintenance services, ensuring compliance with safety, quality control, and legal standards. This initiative is critical for supporting logistical operations across Europe and Africa, with the anticipated contract type being a Hybrid Time & Materials/Firm Fixed Price arrangement, set to commence in March 2026. Interested parties must submit their capabilities statements by April 25, 2025, and direct any inquiries to Dominik Rauch or Israel Gutierrez by April 15, 2025.
Preventative and Scheduled Service for DMG Mori Machines
Buyer not available
The Department of Defense, specifically the Fleet Readiness Center Southwest (FRCSW), is seeking proposals for preventative and scheduled maintenance services for eighteen DMG Mori machines located in San Diego, California. The contract will encompass preventative maintenance, emergent repairs, and scheduled service, adhering to the Original Equipment Manufacturer (OEM) standards to ensure optimal functionality of the equipment. This procurement is critical for maintaining the operational efficiency of military assets, with a contract type of Firm Fixed Price (FFP) expected to be awarded by December 9, 2024, at 4:00 PM EST. Interested vendors must submit their proposals via DoD Safe and can direct inquiries to Amanda Taylor or Tiffany Crayle at the provided email addresses.
Workstations
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting quotes for the procurement of ten rolling tool chest workstations for the Sierra Army Depot in California. These workstations must meet stringent specifications, including a minimum of 16 drawers with load capacities of at least 200 pounds for larger drawers and 125 pounds for smaller ones, along with a total load capacity of 2,500 to 3,600 pounds. The workstations are essential for operational efficiency and storage needs within the depot, emphasizing durability and security features such as a keyed locking system. Interested small businesses must submit their proposals electronically by April 14, 2025, and can direct inquiries to Mr. Rory Thelen at rory.g.thelen.civ@army.mil or by phone at 571-588-9266.
Excavator Wheel with Attachments
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the procurement of a Hydraulic Excavator with various attachments, aimed at enhancing operational capabilities at U.S. Army Garrison Bavaria in Germany. The requirements include a Generation 6 excavator with an operating weight between 17,500 and 19,600 kg, a minimum engine output of 115 kW, and compliance with Stage V exhaust emissions standards, along with essential safety features and a comprehensive warranty. This procurement is critical for supporting federal and local projects, ensuring efficient operation in construction and public utility services. Interested vendors must submit their offers by May 5, 2025, and ensure compliance with all specified requirements, including registration in the SAM system, with delivery expected by September 30, 2025. For further inquiries, contact Shalynn A. Evans at shalynn.a.evans.mil@army.mil or Patrick Walker at patrick.a.walker2.mil@army.mil.
MHE North Island
Buyer not available
The Defense Logistics Agency (DLA) is seeking qualified contractors to provide maintenance and repair services for government-owned Material Handling Equipment (MHE) at North Island Air Force Base in California. The procurement encompasses both scheduled preventative maintenance, which is required quarterly, and unscheduled remedial maintenance to ensure the operational readiness of various equipment, including forklifts and utility vehicles. This contract is critical for maintaining efficient warehouse operations and compliance with federal safety and environmental regulations. Interested small businesses must submit their quotes by April 28, 2025, and can direct inquiries to Kia Milindez at kia.milindez@dla.mil or by phone at (804) 279-4903.
Design/Build Maintenance and Repair Army Reserve (MRAR) of Area Maintenance Support Activity (AMSA), B655, at the BT Collins Army Reserve Center, Sacramento, CA
Buyer not available
The Department of Defense is soliciting proposals for the Design/Build Maintenance and Repair of the Army Reserve (MRAR) facility at the Area Maintenance Support Activity (AMSA) B-655, located at the BT Collins Army Reserve Center in Sacramento, California. The project aims to repair failing facility components, construct an addition to address space deficiencies, and extend the facility's economic life by 25 years, ensuring equipment readiness for Army Reserve units. This initiative underscores the importance of maintaining operational readiness within the Army Reserve while adhering to sustainable and energy-efficient construction practices. Interested small businesses must submit their proposals electronically, with a contract value estimated between $10 million and $25 million, and the procurement process structured into two phases, emphasizing past performance and technical capabilities. For further details, contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil.