INTENT TO SOLE SOURCE: Preventative Maintenance and Repair Services
ID: N3904025Q0062Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, 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)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 4:30 PM UTC
Description

The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for preventative maintenance and repair services for the Trumpf Trumatic Laser Cutting System, with a focus on sole source procurement due to the necessity of Original Equipment Manufacturer (OEM) involvement. The contract requires comprehensive maintenance support, including labor, parts, and technical assistance, to ensure the effective operation of critical equipment essential for naval operations. This procurement falls under NAICS code 811310, with a size standard of $12.5 million, and proposals are due by April 11, 2025, for a contract period starting May 5, 2025, with options extending to May 4, 2028. Interested vendors should contact Marilyn Fletcher at marilyn.g.fletcher2.civ@us.navy.mil or call 207-438-6349 for further details.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 7:08 PM UTC
The Portsmouth Naval Shipyard (PNSY) outlines Operations Security (OPSEC) Contract Requirements, emphasizing the importance of safeguarding sensitive information from adversarial exploitation. Contractors must comply with an OPSEC Plan, required for specific operations, which details measures to avoid unintentional disclosure of Critical Information and Indicators (CII). The responsibility lies with contractors to protect U.S. Government CII, avoiding unauthorized sharing and ensuring sensitive information, including Personally Identifiable Information (PII) and operational data, remains secure. Contractors are prohibited from publicizing sensitive information and must report any incidents of compromise. Use of Portable Electronic Devices (PEDs) is regulated, requiring prior evaluation for security compliance. Contractors must shred unneeded sensitive documents and ensure accountability for security badges, reporting any loss immediately. This documentation is crucial to maintaining national security protocols and ensuring that contractors uphold stringent measures against information compromise during the contract period.
Apr 4, 2025, 7:08 PM UTC
The "Work Request Unscheduled Repair Authorization Request" document outlines the process for requesting unscheduled repairs on government contracts. It includes fields for contractor information, a description of the work required, and details about OEM and Non-OEM parts/materials, emphasizing the need for proof of costs and justification for fair pricing. The document is structured in sections detailing the scope of work, parts/material costs, contractor markups, and labor costs, with explicit requirements for documentation and approvals. Contractors are required to submit detailed cost comparisons between OEM and Non-OEM items while ensuring all expenditures are pre-approved by the Project Manager and Contracting Officer. The overarching purpose of the document is to establish a clear authorization process for repairs while ensuring compliance with government procurement regulations, including the separation of costs and adherence to contract terms in financial reporting for labor and materials.
Apr 4, 2025, 7:08 PM UTC
The document outlines a Request for Quotation (RFQ) for preventative maintenance and repair services for the Trumpf Trumatic Laser Cutting System at the Portsmouth Naval Shipyard in Kittery, Maine. The RFQ, designated as solicitation number N3904025Q0062, calls for proposals due by April 11, 2025. The contract will cover a base period starting May 5, 2025, with two option years extending to May 4, 2028. Interested vendors must provide comprehensive maintenance support, including labor, parts, and technical support, adhering to specific compliance and reporting protocols. The procurement falls under NAICS code 811310 and has a size standard of $12.5 million. Quotes must include a firm price for scheduled services, defined labor categories with fully burdened rates for unscheduled repairs, and a markup percentage for materials. The evaluation will favor the lowest priced technically acceptable offer based on the provided firm-fixed pricing. The RFQ details the importance of safety and security, mandating that all contractor personnel be U.S. citizens and comply with OSHA regulations. By inviting qualified vendors to submit proposals, this solicitation aims to ensure the effective maintenance of critical equipment vital for naval operations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Turret Punch Press and Laser Cutter Preventative Maintenance and Remedial Repairs
Buyer not available
The Department of Defense, specifically the Army, is soliciting proposals for preventative maintenance and remedial repair services for turret punch presses and laser cutters at the Tobyhanna Army Depot in Pennsylvania. The contract requires contractors to perform semi-annual and annual maintenance, as well as emergency repairs, ensuring the operational efficiency of four critical machines. This procurement is vital for maintaining the functionality of essential equipment used in military operations, with proposals due by May 22, 2025. Interested contractors should direct inquiries to Nicole Tokash at nicole.tokash.civ@army.mil or call 570-615-7569, and must comply with specific quality assurance standards and wage determinations as outlined in the solicitation documents.
Shear Maintenance and Repair
Buyer not available
The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is soliciting proposals for the maintenance and repair of the AS 500-14 Shear Machine located at the Naval Construction Training Center in Gulfport, Mississippi. The contract entails critical maintenance tasks, including the replacement of cutting blades and a damaged clamp down cylinder, under a Firm Fixed Price Agreement with a service commencement timeline of 45 days post-award. This procurement is vital for ensuring the operational efficiency of military equipment, emphasizing the importance of quality and reliability in the services provided. Interested small businesses, particularly those that are veteran-owned or meet specific socio-economic classifications, should direct inquiries to Dylan Douglas at dylan.l.douglas.civ@us.navy.mil or Robert Edwards at robert.s.edwards42.civ@us.navy.mil, with past performance questionnaires due by December 12, 2024.
REPAIR OF THE NSI LASER MILL CUTTING SYSTEM
Buyer not available
The Department of Defense, through the Naval Research Laboratory, is seeking quotations for the repair of the NSI Laser Mill Cutting System, with a focus on small business participation as this is a total small business set-aside procurement. The procurement requires the provision of new equipment, specifically brand name or equal items, and emphasizes the necessity for vendors to be authorized distributors to ensure compliance with warranty and service requirements. This opportunity is critical for maintaining the operational capabilities of the laboratory's optical instrumentation, which supports various research and technological advancements. Interested vendors should submit their quotations to James Chappell at james.chappell@nrl.navy.mil by the specified deadline, ensuring they are registered in the System for Award Management (SAM) database.
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.
28--SEAL,BALANCE, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of SEAL, BALANCE components through NAVSUP Weapon Systems Support Mechanicsburg. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 325 days, with specific guidelines for inspection, testing, and quality assurance to ensure compliance with military standards. This contract is crucial for maintaining operational readiness and functionality of naval equipment, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes by April 25, 2025, and can direct inquiries to MaCayla Welsh at macayla.n.welsh.civ@us.navy.mil or by phone at 717-605-2338.
Depot Level Repair and Upgrade of LM2500 Turbine Mid Frames (TMF)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is soliciting proposals for the depot-level repair and upgrade of LM2500 Turbine Mid Frames (TMF) under a Firm-Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This procurement aims to ensure the operational readiness of U.S. Navy gas turbine components by providing necessary repair services, utilizing Navy-approved parts, and adhering to stringent compliance standards. The contract is expected to span up to 60 months, with a maximum of five TMFs refurbished annually, and requires offerors to demonstrate a commitment to small business participation, targeting 48% of the total contract value. Interested contractors should contact Valerie Corcoran at valerie.a.corcoran.civ@us.navy.mil or Francis J. Brady at francis.j.brady14.civ@us.navy.mil, with proposals due by May 7, 2025.
Welding Equipment Maintenance, Repair, and Calibration
Buyer not available
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.
49--BORESIGHTING EQUIPM, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of boresighting equipment. The procurement aims to ensure that the equipment is restored to a Ready for Issue (RFI) condition, which includes comprehensive testing, inspection, and necessary repairs as outlined in the Statement of Work. This equipment is critical for maintaining operational readiness in military applications, emphasizing the importance of reliable and effective repair services. Interested contractors must submit their quotes, including firm-fixed or not-to-exceed pricing, by April 30, 2025, and can direct inquiries to Alyssa T. Thieu at 215-697-0169 or via email at alyssa.t.thieu.civ@us.navy.mil.
12--PERISCOPE SUBASSEMB, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the Periscope Subassembly, under the NAVSUP Weapon Systems Support Mechanism. This procurement focuses on the repair of existing units, with no consideration for new procurement or replacements, and requires compliance with specific government inspection and acceptance standards. The Periscope Subassembly is critical for optical sighting and ranging applications in military operations, emphasizing the importance of maintaining operational readiness. Interested vendors must submit their repair quotes via email to James Lewis at James.E.Lewis5@navy.mil by April 30, 2025, and are encouraged to provide detailed pricing and turnaround time information as part of their proposals.
58--MECH SUB-ASSY STBD, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the MECH SUB-ASSY STBD, with a focus on two units requiring repair and eight units needing both repair and upgrade. This procurement is critical for maintaining operational readiness, as the items are essential components in naval operations, and the government emphasizes a rapid turnaround time of 90 days post-receipt of assets. Interested contractors must adhere to strict requirements, including compliance with MIL-STD packaging and the submission of detailed quotes, with the solicitation period extended through June 6, 2025. For further inquiries, potential bidders can contact Randy Stoker at 717-605-4682 or via email at RANDY.STOKER1@NAVY.MIL.