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
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract to provide construction machinery repairs at the Sierra Army Depot in Herlong, California. The contractor will be responsible for diagnostic, repair, and parts services for various construction machinery, enhancing the capabilities of the motor pool, particularly for complex repairs that government personnel cannot perform. This contract will be structured as a Time and Materials (T&M) agreement with a base year and two optional years, emphasizing compliance with federal regulations and the importance of maintaining operational readiness. Interested contractors must submit their proposals electronically via the System for Award Management (SAM) by April 30, 2025, and can direct inquiries to Carolina Guerrero at carolina.guerrero4.civ@army.mil or Melissa Kaarbo at melissa.m.kaarbo.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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 comprehensive inventory of various Department of Defense (DOD) equipment, including cranes, tractors, excavators, and other heavy machinery. Each entry is identified by a unique serial number and contains essential details such as item description, manufacturer name, part number, and year of manufacture. The inventory targets multiple equipment categories relevant to construction, earth-moving, and agricultural operations. Additionally, it categorizes the machinery by their application, reflecting the variety of operational needs within government projects. The purpose of this inventory aligns with federal and state acquisition processes, providing a structured approach to tracking and managing government assets. This information is critical for multiple stakeholders, including contracting officers and procurement teams, ensuring compliance with procurement regulations and facilitating future requests for proposals (RFPs) and grants. The document serves as a strategic resource in government procurement efforts, reflecting an organized inventory to support equipment maintenance, replacement, and acquisition decisions across various agencies.
    The document pertains to a request for proposals (RFP) related to the repair of construction machinery under contract W912GY25Q0012. It addresses inquiries regarding the scope and logistics of the contract. Key topics include the request for the current version of Technical Exhibit 2, which lists all construction machinery equipment (CME) covered by the contract. The age and condition of the equipment vary, though specific units expected to be phased out will be evaluated on a case-by-case basis, dependent on a cost-benefit analysis. As this is a new requirement, there is no historical data on diagnostics or repairs, and the potential acquisition or upgrades of equipment depend on depot needs year by year. The document also notes the existence of high-risk systems requiring specialized technician certifications, detailed in the Performance Work Statement. Overall, the RFP aims to clarify expectations and requirements for contractors interested in providing machinery repair services, emphasizing flexibility and adaptability based on equipment condition and operational needs.
    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
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Solicitation for Reform Grinding Machine Repair at CCAD
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the repair and testing of a Reform Grinding Machine at the Corpus Christi Army Depot in Texas. The contractor will be responsible for restoring the machine to original equipment manufacturer (OEM) specifications, with the project timeline set between January 6, 2026, and January 5, 2027. This procurement is critical for maintaining operational efficiency and ensuring the reliability of equipment used in military operations. Interested contractors must submit a completed and signed SF1449 document along with their quotes, and they can reach out to Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or 361-961-7831 for further details.
    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.
    Heavy Equipment Program - Sweeper and Scrubber Equipment SPE8EC25R0003
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is issuing a solicitation for the Heavy Equipment Program, specifically for sweeper and scrubber equipment under solicitation number SPE8EC25R0003. This opportunity seeks proposals for multiple Indefinite Delivery/Requirements Contracts for new commercial equipment, including utility sweepers, warehouse sweepers, street sweepers, and associated support services for the U.S. Military and other authorized government agencies. The contracts will have a ten-year term with no options, and proposals must be submitted by November 16, 2034, at 4:00 PM EST, with evaluations based on the Lowest Price Technically Acceptable (LPTA) method. Interested vendors can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    Solicitation, Service Repair, Paladin Digital Fire Control System
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is soliciting proposals for the repair of the Paladin Digital Fire Control System (PDFCS) under solicitation number W912CH-24-R-0041. This procurement involves a sole source contract with Sechan Electronics for a five-year Requirements, Firm Fixed Price contract, focusing on the component-level repair, teardown, and inspection of various units including the Keypad Unit, Paladin Digital Computer Unit, and Power Conditioning Unit-2. The successful contractor will play a crucial role in maintaining the operational readiness of essential military equipment. Proposals are due by January 30, 2026, and interested parties must contact Kelli Kavanagh at kelli.a.kavanagh2.civ@army.mil for further details and to ensure compliance with registration requirements in the System for Award Management (SAM).
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Tule Property Clearing project located in Porterville, California. This contract, valued at $19 million, involves comprehensive site preparation services, including refuse cleanup, well and fence removal, and environmental compliance measures, with a performance period from March 31, 2026, to December 31, 2026. The project is critical for clearing encumbrances in support of the Tule River Spillway Enlargement Project, ensuring environmental safety and compliance with federal regulations. Interested small businesses must submit their proposals by January 27, 2026, and direct any inquiries to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
    Multi Equipment Maintenance Services for 403rd
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Multi Equipment Maintenance Services for the 403rd. This procurement aims to ensure the effective maintenance and operational readiness of various equipment, which is crucial for supporting military operations. An amendment has been issued to revise the site visit orientation time, indicating the importance of on-site assessments in the bidding process. Interested parties can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or call 011-82-0503-355-0636 for further details regarding this opportunity.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.