Welding Equipment Maintenance, Repair, and Calibration
ID: W91ZLK-25-R-A003Type: 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- METALWORKING MACHINERY (J034)

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 the maintenance, repair, and calibration of government-owned welding equipment under solicitation number W91ZLK-25-R-A003. This procurement is set aside for small businesses and aims to secure a contractor capable of providing comprehensive services, including emergency repairs and quality assurance, over a three-year period from July 1, 2025, to June 30, 2028. The selected contractor will be evaluated based on the Lowest Price Technically Acceptable criteria, ensuring that all proposals meet the requirements outlined in the Performance Work Statement. Interested parties must submit their proposals via email by 3:00 p.m. Eastern Time on May 16, 2025, and direct any inquiries to the Contract Specialist, Julius Wood, at julius.a.wood.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a schedule of services related to the provision of preventative maintenance, calibration, and emergency repairs. It specifies that the contractor is expected to deliver these services in accordance with a Performance Work Statement along with the stipulated terms and conditions of the contract. The schedule includes three distinct sections: the base year services and two option years, with each section indicating an estimated quantity of one job per year. The financial amounts for these services are not specified, indicated by blank spaces. This RFP structure emphasizes the government's intent to secure a reliable contractor for ongoing maintenance and repair needs, underscoring commitment to operational efficiency and safety compliance over multiple years. The clarity of requirements aims to facilitate a competitive bidding process, ensuring transparency and accountability in government contracting.
    The document is a federal Request for Proposal (RFP) detailing various clauses relevant to contracts with the Department of Defense (DoD) and related government entities. It includes critical information about clauses that are incorporated by reference, such as guidelines on compensation for former DoD officials, whistleblower rights, cybersecurity requirements, and stipulations regarding telecommunications equipment. The document reinforces compliance with necessary regulations, such as the necessity for contract offerors to provide representations and certifications in accordance with federal laws, including those related to small businesses, veteran-owned businesses, and environmentally sustainable practices. Specific clauses address payment instructions through the Wide Area Workflow (WAWF), contractor responsibilities concerning child labor, and disclosures about business operations concerning government-sanctioned countries. Furthermore, it highlights the importance of compliance with the Service Contract Labor Standards and includes assessments of a company’s tax liabilities and certifications related to foreign product origins. In essence, the RFP serves to standardize and ensure compliance across varied government contracting processes while promoting transparency, security, and accountability within federal acquisitions.
    The document outlines an extensive equipment list for remedial repair, detailing various models and serial numbers of equipment from notable manufacturers such as Boschert, Buggo, ESAB, Fronius, Hypertherm, Lincoln, Miller, and others. The list includes items such as CNC machines, cutting tables, welding machines, and stud welders, showcasing a diverse range of tools necessary for repair and manufacturing tasks. Each entry is meticulously cataloged with item numbers, model names, and serial numbers for tracking and inventory purposes. This compilation likely serves as a resource for government agencies or contractors involved in federal or local procurement processes, ensuring that all necessary equipment is available for proposed projects. The structured arrangement enhances usability for tracking various types of machinery, thereby facilitating compliance with RFPs and grant provisions related to equipment acquisition.
    This Performance Work Statement (PWS) outlines a contract for non-personal services to provide corrective maintenance and calibration for welding equipment owned by the government at Aberdeen Proving Ground. The contractor will deliver all necessary maintenance services, including repairs and parts, with an operational period extending annually with two optional years. The contractor personnel must possess significant experience and training in welding and equipment maintenance, ensuring compliance with safety and security regulations. Required services include emergency repairs, AWS certified welding inspections, and the provision of industrial gases and consumables. The contractor must maintain clear communication with the government through designated contacts, and deliver detailed service reports. Compliance with quality assurance, safety, and contractor manpower reporting protocols is mandatory to align with federal standards. The overarching aim is to ensure functionality and reliability of the equipment while maintaining adherence to regulatory requirements and operational efficiency at the facility.
    The document is a combined synopsis/solicitation for welding equipment maintenance services issued by the federal government, designated as solicitation number W91ZLK-25-R-A003. This solicitation is set aside for small businesses and targets the repair and maintenance of commercial and industrial machinery under NAICS Code 811310, with a size standard of $12.5 million. Award will be made based on the Lowest Price Technically Acceptable (LPTA) criteria over a period of three years, comprising one base year and two optional years, from July 1, 2025, to June 30, 2028. Proposals must be submitted in two volumes: a technical proposal demonstrating understanding of the requirements and qualifications of personnel, and a pricing proposal outlining firm fixed prices for the contract period. Offerors are required to include a quality assurance plan and ensure compliance with the performance work statement (PWS). Questions must be directed to the specified contracting officers, and all submissions should be made via email by the stated deadline. The solicitation emphasizes that partial proposals will not be evaluated, ensuring that only complete offers from registered vendors in the System for Award Management (SAM) will be considered.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder, as outlined in solicitation number FA812526Q0016. This procurement falls under the NAICS code 811310, which pertains to the repair and maintenance of commercial and industrial machinery and equipment, excluding automotive and electronic items. The repair services are crucial for maintaining operational efficiency and reliability of the equipment used in various defense applications. Interested contractors should note that the proposal due date has been extended to December 16, 2025, at 12:00 PM CST, and must acknowledge receipt of the amendment to ensure their offers are considered. For further inquiries, potential offerors can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Welding and Soldering Supplies
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to provide welding and soldering supplies through a Blanket Purchase Agreement (BPA). This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, which are critical for naval operations. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    NDT Modernization
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    Laser Cutting Machine Preventive Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for preventive maintenance services on laser cutting machines at the Corpus Christi Army Depot in Texas. The procurement includes maintenance, calibration, and provision of parts for the equipment, ensuring adherence to a Performance Work Statement (PWS) that outlines specific tasks such as servicing the resonator and cleaning external mirrors. This opportunity is critical for maintaining the operational efficiency and longevity of government-owned laser cutting machinery. Interested contractors should refer to the attached solicitation documentation and note that the due date for offers has been extended to December 16, 2025; inquiries can be directed to Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or Jennifer Salyers at jennifer.l.salyers2.civ@army.mil.
    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.
    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.
    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).
    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.
    Request for Proposal PR408353 Continuous Wave Laser Welder Station
    Energy, Department Of
    The Department of Energy, through UT-Battelle, LLC, is soliciting proposals for a Continuous Wave Laser Welder Station under Request for Proposal PR408353, with offers due by December 19, 2025. The procurement aims to acquire a single unit that meets specific technical specifications outlined in the attached documents, which include detailed requirements for the laser station's components and capabilities. This equipment is crucial for advanced welding applications at the Oak Ridge National Laboratory, enhancing operational efficiency and precision in research and development projects. Interested vendors should direct inquiries to Kevin Nelson at nelsonkr@ornl.gov or Terri Cleveland at clevelandtd@ornl.gov, and ensure compliance with all proposal requirements, including representations and certifications, as detailed in the solicitation documents.