Fords Farm Maintenance and Repair
ID: W91ZLK-25-R-6844Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG DIRABER PROV GRD, MD, 21005, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking proposals for maintenance and repair services at Fords Farm, Maryland, under solicitation number W91ZLK-25-R-6844. The procurement is a Total Small Business Set-Aside and requires contractors to provide comprehensive maintenance, including quarterly inspections and emergency repairs for specialized machinery, as outlined in the Performance Work Statement (PWS). This contract is critical for ensuring the operational efficiency and regulatory compliance of the Superbox facility, which handles sensitive materials and is subject to strict safety standards. Interested contractors must submit their proposals by May 28, 2025, and are encouraged to participate in a mandatory site visit scheduled for April 14, 2025, to assess site conditions. For further inquiries, contact Christine Orr at christine.n.orr.civ@army.mil or Nikeena Brown at nikeena.s.brown.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Combined Synopsis/Solicitation for the maintenance and repair of a Depleted Uranium (DU) Containment Facility at the Aberdeen Test Center (ATC) in Maryland. The solicitation, numbered W91ZLK-25-R-6844, is designated as a Total Small Business Set-Aside under NAICS Code 811310 and seeks quotes for services through a Firm-Fixed-Price (FFP) Time and Material (T&M) contract, encompassing one base year and two option years. A site visit is scheduled for April 14, 2025, requiring prior registration by interested contractors, limited to two attendees per organization. Proposals must be submitted in two separate volumes: a technical proposal (limited to 20 pages) and a price proposal (limited to one page), adhering to specified formatting guidelines. The contract will be awarded to the lowest priced technically acceptable offeror, with a strong emphasis on a “best and final offer” approach in proposal submissions, as the government does not intend to conduct discussions. All inquiries regarding the solicitation should be submitted via email by April 17, 2025, with responses due by April 24, 2025. The document reflects typical practices in federal procurement, emphasizing competitive bidding while ensuring compliance with established regulations and processes.
    The document outlines a combined synopsis and solicitation for Fords Farm Maintenance and Repair Services issued by the federal government. It details amendments and updates, including changes to the solicitation closing date, the Performance Work Statement (PWS), and evaluation criteria. The solicitation number W91ZLK-25-R-6844 is designated as a Total Small Business Set-Aside under NAICS Code 811310, focusing on non-automotive commercial and industrial machinery repairs. Proposals are evaluated based on a Lowest Price Technically Acceptable (LPTA) basis, requiring both Technical and Price Proposals in specified formats. A mandatory site visit for potential contractors is scheduled to assess site conditions affecting cost. Submission procedures are clearly delineated, stating that questions must be submitted via email and submissions by the deadline of May 28, 2025, include necessary documentation. A list of numerous attachments includes important guidelines and requirements essential for bidders to reference. This solicitation emphasizes the government's intent to award through competitive bidding while ensuring compliance with federal procurement regulations.
    The Ford's Farm Maintenance and Repair Services solicitation is a request for quotes from small businesses for maintenance and repair services at the Aberdeen Test Center, Maryland. The requirement is under NAICS Code 811310, with a focus on a Firm-Fixed-Price and Time and Material hybrid contract. It covers one base year and two option years, evaluated based on the lowest price technically acceptable criterion. Offerors must inspect the site, with a scheduled visit on April 14, 2025. Proposals are to be submitted electronically with a technical and price proposal, adhering to specific formatting and submission guidelines. Key evaluation factors include technical approach and price fairness, and all proposals must be finalized as discussions will not be held. Registration in the System for Award Management (SAM) is mandatory, and all inquiries must be directed to the Contract Specialist via email by May 2, 2025. The submission deadline for proposals is May 12, 2025. For further details, five attachments, including a Performance Work Statement and site visit notice, are provided. This solicitation exemplifies the federal government's procurement process aimed at engaging small businesses in essential service contracts.
    The document outlines a solicitation for Depleted Uranium (DU) Containment Facility maintenance and repair services at the Aberdeen Test Center (ATC), Maryland. It is a Total Small Business Set-Aside under NAICS Code 811310, aiming for a hybrid Firm-Fixed-Price/Time and Material contract. The procurement follows Simplified Acquisition Procedures, where the lowest price technically acceptable (LPTA) method applies for evaluation. Key requirements include a performance work statement and a site visit on April 14, 2025, for offerors to inspect the work area. Proposals must be submitted via email in two volumes: a technical proposal (20-page limit) and a price proposal (1-page limit), with strict guidelines on formatting and content. The deadline for proposal submission is April 24, 2025, and questions must be directed to the designated Contract Specialist. The structure emphasizes clear submission instructions, registration for the site visit, and the importance of an acceptable rating for non-cost evaluation factors. This solicitation exemplifies federal procurement processes, focusing on site-specific services under strict compliance and qualification guidelines to ensure fair competition among small businesses.
    The document is an amendment and combined synopsis/solicitation (W91ZLK-25-R-6844) for maintenance and repair services at Fords Farm, Aberdeen Test Center, Maryland. It outlines a total small business set-aside under NAICS Code 811310 and anticipates a hybrid Firm-Fixed-Price (FFP) and Time and Materials (T&M) contract for a base year plus two options. The solicitation requires bidders to submit proposals in two volumes: Volume I (Technical Proposal) and Volume II (Price Proposal), with specifications regarding format, page limits, and necessary registrations. A mandatory site visit is scheduled for April 14, 2025, for offerors to inspect the work site and assess local conditions affecting contract performance. Proposals must be submitted by May 19, 2025, and will be evaluated based on the lowest price technically acceptable method, with emphasis on specific performance requirements listed in the Performance Work Statement. The document stresses the importance of complete, compliant proposals since discussions post-submission are not anticipated. It includes a list of attachments with relevant solicitation documents to assist offerors in preparing their bids.
    The document outlines a solicitation for maintenance and repair services of a Depleted Uranium (DU) Containment Facility at the Aberdeen Test Center (ATC) in Maryland. It indicates that the procurement process follows FAR regulations, specifically a Total Small Business Set-Aside designated under NAICS Code 811310, and will result in a hybrid Firm-Fixed-Price (FFP) and Time and Material (T&M) contract to be awarded to the lowest priced technically acceptable offeror. The contract anticipates a base year plus two option years, with a site visit scheduled for April 14, 2025, for prospective bidders to understand the working conditions. Proposals must be submitted via email in two volumes: a technical proposal and a price proposal, adhering to specific formatting and content guidelines within specified deadlines. The submission process emphasizes that no disputes will be addressed post-award regarding the site inspection. Overall, this solicitation reflects standard government procurement practices aimed at securing specialized maintenance services while ensuring fairness and transparency in the bidding process.
    The document is a Wage Determination Notice provided by the U.S. Department of Labor regarding the Service Contract Act (SCA). It outlines minimum wage requirements for federal contracts in Maryland, specifying rates based on various occupations. Contractors must comply with Executive Orders on minimum wage, requiring payment of at least $17.75 per hour for contracts initiated or extended after January 30, 2022, or $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. The document lists various job titles with corresponding wage rates and includes information on fringe benefits, paid sick leave under Executive Order 13706, and extensive guidelines for uniform allowances and hazardous pay differentials. All workers are entitled to health and welfare benefits, vacation, and holiday pay. The wage rates are updated regularly, and comprehensive instructions are provided for contractors regarding compliance, classification requests for unlisted job titles, and administrative procedures related to the SCA. This information is crucial for ensuring that contractors adhere to federal wage and benefit requirements when bidding on government contracts, fostering fair labor standards and worker protections.
    The Ford's Farm Maintenance & Repair Services Contract outlines the scope of work for maintaining the Superbox facility at the U.S. Army Aberdeen Proving Ground in Maryland. The contractor is responsible for labor, parts, and materials needed for quarterly maintenance and emergency and routine repairs. The Superbox, operational since 1990, contains systems for handling depleted uranium and is subject to stringent regulatory oversight by agencies like the NRC and EPA. The contract is set for a one-year base period with two one-year renewal options, and all work must comply with safety standards, including exposure to hazardous conditions. Contractor personnel must have significant experience and certifications in relevant trades and will work under an alternate work schedule. The contractor must submit maintenance plans for approval, document all services performed, and report any deficiencies promptly. Maintenance and repair activities must remain coordinated with testing schedules to minimize operational downtime. The overall aim is to ensure the Superbox remains functional and compliant with safety regulations while extending its operational lifespan and efficiency. This contract reflects government efforts to maintain critical facilities while adhering to strict performance and safety standards.
    The Performance Work Statement (PWS) addresses the maintenance contract for the SUPERBOX, an environmentally compliant facility at the U.S. Army Aberdeen Proving Ground, which tests weapons using depleted uranium (DU). The contract includes two main components: quarterly maintenance and emergency/routine repairs, extending over a base year with options for two additional years. Maintenance is to be performed by trained personnel familiar with the systems and under strict safety protocols, particularly concerning DU exposure and hazardous conditions. Key responsibilities encompass creating a Plan of Action approved by the Contracting Officer’s Representative (COR), performing inspections and maintenance, and ensuring documentation of all maintenance records. The Contractor must respond to routine repairs within 48 hours and emergency repairs within four hours. Equipment and systems serviced include various mechanical, electrical, and control components. This document is structured to outline the scope of work, personnel requirements, operational procedures, safety standards, and specific maintenance responsibilities, emphasizing compliance with federal regulations and the importance of maintaining functionality without disrupting testing operations. Ultimately, it serves to secure efficient and safe maintenance support for the SUPERBOX facility.
    The document outlines the terms and conditions applicable to government contracts, focusing on compliance and regulations relevant to various agencies. It includes clauses related to the responsibilities of contracting officers, requirements for former Department of Defense officials, billing and payment instructions, and guidelines for safeguarding defense information and managing government property. Other significant aspects include certifications regarding business operations, compliance with federal laws, and prohibitions on certain telecommunications services. The document emphasizes the necessity for contractors to adhere to guidelines regarding small business participation, disclosure of greenhouse gas emissions, and reporting requirements for tax obligations. Furthermore, the content mandates participation in the System for Award Management (SAM) and compliance with waivers related to business operations in countries like Sudan and entities involved in activities with Iran. This comprehensive set of guidelines serves to facilitate transparency and accountability in federal contracts and ensure that contractors align with government policies and standards.
    The document outlines the requirements for maintenance and repair services for Ford Farm, emphasizing the need for quarterly inspections, preventative maintenance, and emergency repairs. Contractors must specify fixed hourly rates that encompass labor costs, overhead, administrative expenses, and profit, as stipulated by FAR 52.216-31. The breakdown must include whether these rates apply to the offeror, subcontractors, or affiliates. The pricing structure includes total estimates for base and option years, detailing the costs for individual jobs. The contractor is responsible for performing all tasks according to the Performance Work Statement (PWS), adhering to the required standards and regulations. This framing positions the proposal within the context of federal requests for proposals (RFPs) and related state/local government procurement processes, where adherence to pricing transparency and compliance with regulatory requirements is critical. The document conveys a structured approach to securing bids while prioritizing operational standards and financial clarity.
    The document outlines a scheduled site visit for the ATC Depleted Uranium (DU) Containment Facility Maintenance and Repair project at the Aberdeen Proving Ground, MD. Set for April 21, 2025, from 0900 to 1200, the event allows a maximum of two representatives from each organization to participate. Registration must occur via email to specified government contacts by April 18, 2024. Participants need to provide company details and will undergo vetting for installation access at the Visitor Center prior to the event. Attendees must arrive on time; late arrivals will not be permitted and will be removed from consideration. This site visit is critical for prospective offerors involved in the project, emphasizing the need for planning and compliance with government protocols ahead of the proposal submission process. Overall, this event marks an important step in the RFP process, ensuring that interested parties are informed and capable of engaging with the project requirements.
    The document outlines the compliance requirements and performance standards for a contractor involved in maintenance and repair services within a government framework. Key areas addressed include adherence to safety protocols, defect documentation, preventive maintenance, and timely provision of estimates and records. The contractor is obliged to maintain 100% compliance in these areas through regular assessments conducted by the Contracting Officer's Representative (COR) or Facility Manager. Specific procedures such as documentation of defects, adherence to industry standards (e.g., NEC), and timely communication regarding urgent repairs are emphasized. The summary suggests a structured monitoring process where performance levels are systematically evaluated, highlighting the importance of compliance to ensure operational safety and effectiveness. Overall, this document serves as a guideline for maintaining high standards in contractor oversight and service delivery within federal and local government contracts.
    The document outlines the scope of work for two contract line items (CLINs) related to facility maintenance. CLIN #1 focuses on conducting quarterly or regular inspections to ensure operational efficiency and compliance with safety standards. CLIN #2 pertains to addressing both emergency and routine repairs, emphasizing the need for timely intervention in maintaining facility integrity. Overall, the structure highlights a systematic approach to facility management, aiming to uphold standards through regular oversight and immediate repairs as necessary. This framework aligns with typical government procurement practices by ensuring that maintenance is predictable and responsive to urgent needs, ultimately preserving facility functionality and safety.
    The document addresses questions related to Solicitation No. W91ZLK-25-R-6844 concerning maintenance and repair services at Fords Farm. A key issue raised by a contractor was the uncertainty of the required repairs under the Time and Materials Contract Line-Item Numbers (CLINs). The contractor suggested that standardizing labor categories and hours could ensure uniformity in bidding. The government's response reaffirmed their decision to keep the CLINs as Government-established Not to Exceed (NTE) values, allowing for flexibility to accommodate unforeseen emergency repairs. By relying on industry expertise for proposed labor categories, the government aims to ensure competitive proposals based on current market rates. They provided example labor rates from a previous contract to aid offerors, though these are not mandatory for proposals. This approach reflects the government's effort to balance flexibility in contractor input with adherence to federal guidelines while facilitating competitive bidding processes.
    The document addresses questions and answers related to Solicitation No. W91ZLK-25-R-6844, concerning maintenance and repair services at Fords Farm. Key topics include the scope of services, responsibilities for various maintenance tasks, and contract compliance requirements. It clarifies what systems are included or excluded from the contract—CCTV, generators, and fire alarm systems are notably not covered, while control circuits and certain electrical testing are included. The document details bid submission requirements, emphasizing that contractors can propose their own labor categories and that proposals are due by May 19, 2025. Additionally, it outlines the responsibilities related to maintenance, emergency repairs, and the delineation of duties between ATC personnel and contractors, particularly regarding radiological safety and waste disposal. It highlights expectations for documentation and reporting, with previous correspondence used for performance tracking, and reinforces that major modifications will fall outside this contract's purview. The summary clarifies that the contractor's role includes performing preventive maintenance and emergency repairs under specified terms, thereby ensuring both compliance and operational efficiency at the site.
    The document outlines field notes related to Quarterly Inspections for the Superbox Maintenance contract, covering the period from April 2022 to April 2025. The notes, while not exhaustive, serve to document actions taken by Team Service Corporation at Ford’s Farm in Spring 2024. These inspections are crucial for ensuring that maintenance protocols for the Superbox are followed, which likely ties to compliance and performance metrics outlined in associated government contracts. The focus on a structured review process indicates an emphasis on accountability and proper resource management in accordance with government requirements for federal grants and RFPs. By maintaining detailed records through field notes, the document ensures transparency in operations and adherence to contractual obligations.
    The government document outlines a site visit request for the ATC Depleted Uranium (DU) Containment Facility Maintenance and Repair project, scheduled for April 14, 2025, at Aberdeen Proving Ground, MD. Offerors are required to register by April 11, 2024, with a limit of two representatives per organization. The event begins promptly at 0900, and late arrivals will not be permitted. Participants must undergo vetting for installation access at the 715 Gate Visitor Center prior to the event, ideally at least one hour in advance to avoid delays. Funding for the project is confirmed, although subject to availability, indicating that financial resources are allocated but contingent on final approvals. This site visit is essential for potential vendors seeking to participate in maintenance and repair contracts for the facility, aligning with federal project protocols and ensuring compliance with security measures.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is initiating a National Capital Region Multiple Award Task Order Contract aimed at small businesses for industrial building construction and related services. This procurement will focus on the repair or alteration of miscellaneous buildings, with the work expected to take place at Aberdeen Proving Ground in Maryland. The contract is significant for ensuring the maintenance and enhancement of military infrastructure, which is vital for operational readiness. Interested parties should note that the solicitation is set to be released on November 17, 2025, and can direct inquiries to the primary contact, Danette Wilson, at danette.d.wilson.civ@army.mil, or the secondary contact, Amy Hahka, at amy.k.hahka.civ@army.mil.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    Power Distribution Box Assembly
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of seven Power Distribution Box Assemblies (NSN: 6110-01-608-7660, Part No.: 17-3-3470-2) under a Firm Fixed Price contract. This opportunity is set aside for small businesses and requires compliance with specific military packaging and preservation standards, as well as possession of a Joint Certification Program (JCP) certification to access the Technical Data Package (TDP), which is export-controlled. The assemblies are critical for electrical control applications within military operations, and proposals must be submitted electronically by December 18, 2025, with all inquiries directed to the designated contract specialists, George Campbell and Catherine Castonguay, via their provided email addresses.
    Solid Waste Management/Refuse & Recycling
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground (APG), is seeking potential sources for solid waste management services, including refuse and recycling, at multiple government locations in Maryland. The contractor will be responsible for scheduled solid waste collection, diversion, disposal, maintenance of collection stations, and support for special events, while excluding hazardous and medical waste. This procurement is crucial for maintaining compliance with federal, state, and local regulations regarding waste management operations. Interested vendors must submit their capability statements and qualifications by December 23, 2025, at 3:00 PM Eastern Time, to the designated contacts, Nicole Sutton and Donna Poteat, via email.
    U.S. Army Contracting Command – Anniston Army Depot (CCTA-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Dept Of Defense
    The U.S. Army Contracting Command at Anniston Army Depot is seeking innovative solutions through a Commercial Solutions Opening (CSO) aimed at modernizing its Organic Industrial Base (OIB). The procurement focuses on acquiring advanced technologies and services, particularly in areas such as automation, advanced manufacturing, and cybersecurity, to enhance the Army's operational capabilities and efficiency. This initiative is critical for maintaining military readiness and ensuring the Army's technological superiority in defense operations. Interested contractors must submit proposals by July 10, 2025, for the Automatic Storage and Retrieval System (ASRS) and by August 6, 2025, for the Oil Test Stand, with site visits scheduled for June 25 and July 15, 2025, respectively. For further inquiries, potential bidders can contact Amber Burdett at amber.e.burdett.civ@army.mil or Diana Ponder at diana.m.pritchettponder.civ@army.mil.
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    Facility Investment Services for 99th Readiness Division (RD), Region 4C
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services for the 99th Readiness Division, Region 4C. The procurement aims to identify capable firms for Preventive Maintenance (PM) and Corrective Maintenance (CM) services, which include maintenance and repair of building exteriors, interior systems, and various infrastructure components. This initiative is crucial for ensuring the sustainment, restoration, and modernization of facilities in West Virginia and Western Virginia, with an estimated five-year ordering period. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, at 5:00 PM EST to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, and all employees must meet specific security requirements.
    Agricultural Wash of Military Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide agricultural wash services for military equipment in support of the 1st Brigade Combat Team, 101st Airborne Division (Air Assault) as they prepare for deployment to the United States European Command area of responsibility. This procurement involves a firm-fixed-price purchase order utilizing Fiscal Year 2023 Operations and Maintenance, Army (OMA) funds, highlighting the importance of maintaining equipment hygiene and compliance with environmental standards during military operations. Interested parties can reach out to Angela Piekielko at angela.c.piekielko.civ@army.mil or by phone at 270-461-1012, or Ray Neblett at james.r.neblett2.civ@army.mil or 270-412-9834 for further details regarding this opportunity.
    ACC APG INSTALLATION & TECHNOLOGY DIVISION FY2026 COMPETITIVE/FAIR OPPORTUNITY UPDATES
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command-Aberdeen Proving Grounds (ACC-APG), is providing updates on upcoming competitive contracting opportunities for fiscal year 2026. These opportunities include a recompete for the US Army Garrison Post-Wide Minor Construction, estimated at $100M-$110M, and set aside for multiple award IDIQ contracts, with an anticipated award in the first quarter of FY 2026. Additionally, there are opportunities for Forestry Management Support Services and Facility Management Support, each valued between $12M-$15M, both designated as 8(a) Small Business Set-Asides with single award IDIQ contracts, expected to be awarded in the second quarter of FY 2026 and at a later date, respectively. Interested vendors are encouraged to submit questions via email to the designated Contracting Officer, with updates and responses to inquiries to be posted regularly. All information is subject to change, and no formal proposals should be submitted at this time.
    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.