Mixed-Bed Deionization Systems Maintenance - 5 Year
ID: PANAPG-25-P-0000_005696Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT TYAD OFCTOBYHANNA, PA, 18466-0000, USA

NAICS

Other Personal and Household Goods Repair and Maintenance (811490)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command, is seeking vendors for a service contract focused on the maintenance of Mixed-Bed Deionization (DI) Systems at Tobyhanna Army Depot in Pennsylvania. The contract entails providing preventative maintenance and emergency repairs over a five-year period, structured with one base year and four optional years, emphasizing a firm fixed price for scheduled maintenance and billable time for emergency services. These systems are crucial for maintaining operational efficiency and safety at the depot, ensuring reliable water purification processes with minimal disruption to production. Interested vendors must submit their capabilities and relevant experience by February 11, 2025, and can direct inquiries to Megan Jones at megan.jones5.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army Contracting Command (ACC) is soliciting responses from potential vendors for a service contract to provide preventative maintenance and emergency repairs for two Mixed-Bed De-ionization (DI) Systems at Tobyhanna Army Depot, Pennsylvania. The contract is structured for one base year with four optional years, emphasizing a firm fixed price for preventative maintenance occurring bi-monthly and billable time and materials for emergency repairs. The Performance Work Statement outlines the contractor’s responsibilities, including providing all necessary personnel and materials, adhering to strict quality control plans, and ensuring compliance with security and environmental regulations. Vendors are expected to submit details regarding their capabilities, company information, and any relevant experience by February 11, 2025. Additionally, the document specifies the need for security clearances, training requirements for employees, and various compliance measures to mitigate any environmental impacts. The overarching purpose is to maintain operational efficiency and safety at the depot by ensuring the DI systems are reliably serviced with minimal disruption to production goals.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Mission Breathable Air Maintenance Service Contract
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Tobyhanna Army Depot (TYAD), is seeking proposals for a non-personal services contract titled "Mission Breathable Air Maintenance Service Contract." This contract aims to provide preventative maintenance and emergency repair services for breathable air systems, ensuring optimal operation and compliance with safety and environmental regulations. The services are critical for maintaining operational readiness and safety standards within military installations. Interested contractors must submit their proposals by February 12, 2025, and are encouraged to contact Dean Berkovics at dean.m.berkovics.civ@army.mil for further inquiries. Compliance with federal regulations, including the Service Contract Labor Standards, is mandatory, and contractors must be registered in the System for Award Management (SAM) to participate.
    ACC-APG, Tobyhanna Division FY25 Fair Opportunity
    Buyer not available
    The Department of Defense, through the Tobyhanna Army Depot, is issuing a special notice for the FY25 Fair Opportunity, inviting proposals for various maintenance and construction services. The procurement encompasses a range of projects, including maintenance for generators, uninterruptible power supplies, and water-based sprinkler systems, with contract types primarily being Firm-Fixed-Price and Hybrid Time-and-Materials. These contracts are crucial for maintaining operational efficiency and infrastructure development at the depot, with estimated values ranging from $250,000 to $500 million and performance periods extending into fiscal year 2025. Interested vendors can reach out to primary contact Jenny Croughn at jenny.a.croughn.civ@army.mil or by phone at 570-615-7232 for further details.
    46--DEMINERALIZER,WATER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 86 units of water demineralizers (NSN 4610013136086). This solicitation is a Total Small Business Set-Aside and aims to fulfill critical needs for water purification, which is essential for various military operations and support functions. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed via the DLA's solicitation portal.
    Tobyhanna Army Depot Radome Crane Service
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Tobyhanna Army Depot, is seeking potential vendors for crane services with an operator to assist in the installation of a radome. The contract involves lifting a 9,000-pound radome cap to a height of 50 feet using a crane with an 80-foot working radius, with operations scheduled for two non-consecutive days between April 1 and May 1, 2025. This service is critical for ensuring the safe and effective installation of equipment at the depot, adhering to federal regulations and quality assurance standards. Interested parties must submit their responses, including company information, to Dean Berkovics at dean.m.berkovics.civ@army.mil by February 12, 2025, at 3:30 PM EST.
    46--DEMINERALIZER,WATER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of water dematerializers, as outlined in a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the SBA guidelines and falls within the NAICS code 333310, which pertains to Commercial and Service Industry Machinery Manufacturing. The water purification equipment is critical for ensuring the quality of water used in various military operations and facilities. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    Jet Edge Water Jet Preventive Maintenance & Emergency Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking information from qualified contractors to provide preventive maintenance and emergency repair services for Jet Edge Water Jet machines at the Anniston Army Depot in Alabama. The procurement aims to ensure reliable operation of government-owned equipment through biannual inspections, component replacements, and 24/7 emergency repair availability, with a response time of 24 hours for issues and an on-site technician arriving within 72 hours if necessary. This initiative underscores the importance of maintaining critical manufacturing equipment to ensure operational continuity and adherence to safety and quality standards. Interested parties are encouraged to submit their capability statements and responses to the Request for Information by February 6, 2025, to the primary contact, Reese Wells, at christopher.r.wells36.civ@army.mil.
    DISINFECTOR MAINTENANCE AND SERVICES OER-PRO (7)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking potential sources for disinfector maintenance and services for seven Olympus reprocessors at the William Beaumont Army Medical Center located in Fort Bliss, Texas. Contractors must demonstrate certification to service the specified Olympus AER Systems, with a base period of performance anticipated from March 1, 2025, through February 28, 2026, and the possibility of two additional option years. This procurement is crucial for maintaining medical equipment essential for health services, and interested parties must respond via email to Elizabeth Orloski at elizabeth.a.orloski.civ@health.mil by 4:30 PM MST on February 6, 2025, ensuring they are registered in the System for Award Management (SAM).
    Letterkenny Army Depot requirements service contract to perform maintenance, repair and software support for the Testek Hydraulic Pump, Motor and Reservoir Test Station Model 720020
    Buyer not available
    The Department of Defense, through the Letterkenny Army Depot, intends to award a sole-source contract to Testek LLC for maintenance, repair, and software support of the Testek Hydraulic Pump, Motor, and Reservoir Test Station Model 720020. This procurement will be structured as a Hybrid Firm-Fixed-Price and Time-and-Materials contract, covering one base year and two option years, due to the proprietary nature of the technical data package which restricts competitive bidding. The solicitation number W911N225R0006 is expected to be released on or about February 14, 2025, with a closing date around February 28, 2025, and interested vendors must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, interested parties can contact David T. Serotkin at david.t.serotkin.civ@army.mil or by phone at 717-267-5372.
    Multiple Award Task Order Contract (MATOC) Tobyhanna Army Depot
    Buyer not available
    The U.S. Army is seeking information from small businesses for a Multiple Award Task Order Contract (MATOC) related to real property maintenance, alterations, and repairs at Tobyhanna Army Depot in Pennsylvania. The Army Contracting Command wants to identify potential small businesses that can perform basic facility maintenance and construction work, including interior renovations, HVAC, electrical, and landscaping. Businesses capable of meeting the general requirements are invited to submit voluntary responses by October 31, 2025, to the Contract Specialist, Justin Marino. There is no obligation for the government to award a contract based on this request for information.
    Letterkenny Army Depot requirements service contract for Offsite repairs for the Rhode & Schwarz, Fluke, PXIE -5172, Tektronix oscilloscope
    Buyer not available
    The Department of Defense, through the Letterkenny Army Depot, is seeking vendors capable of providing off-site repair services for various electronic instruments, specifically Rhode & Schwarz, Fluke, PXIE -5172, and Tektronix oscilloscopes. The procurement requires contractors to ensure that all repairs meet OEM calibration standards and include a one-year warranty post-repair, with the contract spanning one base year and two additional option years. This opportunity is crucial for maintaining the operational readiness of essential electronic testing equipment used by the Army. Interested vendors must submit their capability statements and relevant past performance data by February 12, 2025, to David T. Serotkin at david.t.serotkin.civ@army.mil, and must be registered in the System for Award Management (SAM) and Wide Area Workflow (WAWF).