FY 25 Preventative Maintenance on and Repairs to Caterpillar, Volvo and John Deere Equipment and Engines
ID: W912BU25R0011Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST PHILADELPHIAPHILADELPHIA, PA, 19103-0000, USA

NAICS

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

    The U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified contractors for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines for fiscal year 2024. The procurement aims to identify businesses capable of performing both emergency and non-emergency repairs, as well as routine preventative maintenance on various heavy equipment and vessels located across multiple sites in Pennsylvania, New Jersey, Delaware, and Maryland. This opportunity is part of an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with annual performance periods extending until April 2030. Interested contractors must submit their company information, including UEI, CAGE Code, business type, years in business, a statement of capability, and a list of similar projects completed in the past five years by November 14, 2024. For further inquiries, contact Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil or call 215-656-6761.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers, Philadelphia District, issued a Sources Sought Notice for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines for FY24. This notice is for market research to identify interested businesses within NAICS Code 811310, including both large and small businesses. The scope of work includes preventative maintenance and emergency/non-emergency repairs on various heavy equipment and vessels located across multiple sites in Pennsylvania, New Jersey, Delaware, and Maryland. This will be an IDIQ contract with annual periods of performance extending until April 2030. Interested contractors must submit company information, UEI, CAGE Code, business type, years in business, a statement of capability, and a list of similar projects within the past five years by November 14, 2024. All offerors must be registered in SAM.gov.
    The U.S. Army Corps of Engineers (USACE) Philadelphia District issued a Sources Sought Notice for Fiscal Year 2024 regarding Preventative Maintenance and Repairs for Caterpillar, Volvo, and John Deere equipment and engines. This notice serves solely for information and market research; it is not a solicitation. The USACE aims to gauge industry interest and ensure a sufficient number of contractors, both small and large, are available according to NAICS Code 811310. The required work includes preventative maintenance tasks such as fluid sample testing and emergency/non-emergency repairs on a list of specified heavy equipment and engines. The IDIQ contract will span several years, with performance periods commencing around April 21 and concluding around April 20 of each year until April 2030. The equipment and vessels are located at multiple sites primarily in Pennsylvania, New Jersey, Delaware, and Maryland. Interested contractors must submit a brief proposal via email, detailing their capabilities, business type, and relevant past project experiences. Responses are due by November 14, 2024, and potential contractors must be registered on the System for Award Management (SAM). This procurement effort emphasizes compliance and thorough qualification processes for contractors aiming to collaborate with the federal government.
    Similar Opportunities
    Mechanical Unloading IDIQ
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Maintenance Dredging, Delaware River, Philadelphia to Sea and Wilmington Harbor FY26
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking information from qualified contractors for a maintenance dredging project along the Delaware River, extending from Philadelphia to the sea, as well as Wilmington Harbor for fiscal year 2026. The project involves the dredging of approximately 3.2 million cubic yards of sediment from the main navigation channel and an additional 420,000 cubic yards from Wilmington Harbor, with the dredged material to be disposed of in designated areas. This maintenance dredging is crucial for ensuring navigational safety and efficiency in these waterways, with an estimated project value between $25 million and $100 million and a performance period of 240 calendar days. Interested contractors are encouraged to submit their responses by 1:00 PM Eastern Time on December 19, 2025, to Eric Leach and Connor Struckmeyer via email, including specific project experience and qualifications as outlined in the notice.
    Genset Preservation
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from interested sources for the procurement of LCC-19 Genset Preservation and Installation Support Services. The requirement includes the purchase of three (3) Caterpillar (CAT) 3516E Generator Sets, emphasizing the need for brand-name equipment to ensure compatibility and performance standards. This procurement is crucial for maintaining operational readiness and reliability of power generation systems within the Navy's infrastructure. Interested vendors must submit their capability statements, not exceeding three pages, to Contract Specialist Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil by December 11, 2025, with the subject line "44-0050." Please note that this notice is for information gathering purposes only and does not constitute a contract or a commitment by the Government.
    Heavy Equipment Program - Sweeper and Scrubber Equipment SPE8EC25R0003
    Buyer not available
    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
    Buyer not available
    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.
    Motor Vessel Transmissions Overhaul Bettendorf
    Buyer not available
    The United States Army Corps of Engineers (USACE) - Rock Island District is seeking to procure the overhaul of two Reintjes Marine Reduction Gear Transmissions for the Motor Vessel associated with the Mississippi River Project Office. This procurement will be conducted on a sole source basis with Karl Senner LLC, as only one source is deemed reasonably available for the required performance specifications. The selected contractor will be responsible for providing parts and labor for the major overhaul of the specified transmissions, which are critical for the operational efficiency of the vessel. Interested firms that believe they can meet the requirements are invited to submit a capability statement to the Contract Specialist, Carrie Holub, by December 10, 2025, at 2 PM Central Time. For further inquiries, Carrie Holub can be reached via email at carrie.l.holub@usace.army.mil or by phone at 309-794-5667.
    Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging wit
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. This procurement aims to secure fully operated dredging services, including the necessary plant and personnel, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. The contract, valued at a combined capacity of $99.5 million, will be awarded as Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with individual task orders estimated between $5 million and $10 million. Interested vendors should register on the Interested Vendors List at https://sam.gov/ and are encouraged to monitor the Contract Opportunities Website for updates, as the solicitation is expected to be issued in January 2026, with proposals due in February 2026. For further inquiries, contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
    Floating Plant Vessel Repair IDIQ MATOC-PreSolicitation
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Norfolk District, is preparing to issue a presolicitation for a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Preventative Maintenance and Vessel Repair Services. This contract, which is a total small business set-aside, aims to streamline the procurement process for rapid repair and maintenance of the Norfolk District Floating Plant, which plays a critical role in ensuring safe navigation in federal channels and waterways. The contract will cover a range of services including underwater hull repairs, propulsion system maintenance, and other essential repairs, with a minimum guarantee task order amount of $2,500. Interested contractors must be registered in the DoD System for Award Management (SAM) and are encouraged to monitor SAM.gov for the anticipated Request for Proposal, expected around October 2025. For inquiries, potential offerors can contact Amy Coody at amy.h.coody@usace.army.mil or Stormie Wicks at stormie.b.wicks@usace.army.mil.
    FY25 IDIQ Hopper Dredge Rental
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking bids for the FY25 IDIQ Hopper Dredge Rental project, which involves dredging operations for the Mobile District Navigation Projects across Alabama, Mississippi, and Florida. Contractors will be required to provide the necessary equipment, materials, supplies, and manpower to fulfill the dredging requirements, with an estimated project cost ranging from $25 million to $100 million. This opportunity is open on an unrestricted basis, with a size standard for small businesses set at $37 million in average annual receipts over the past three years. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) for solicitation documents, which are expected to be available around September 5, 2025. For further inquiries, potential bidders can contact Terri Adams at terri.m.adams@usace.army.mil or by phone at 251-441-6500.
    Intent to Sole Source – Major Overhaul of Two Caterpillar 3512B Engines for M/V Bettendorf
    Buyer not available
    The U.S. Army Corps of Engineers, Rock Island District, intends to procure major overhaul services for two Caterpillar 3512B Marine Propulsion Engines installed on the Motor Vessel (M/V) Bettendorf on a sole source basis to Altorfer Inc. The procurement requires the contractor to provide complete overhaul services, including the use of Genuine Caterpillar parts, full disassembly, inspection, rebuild, installation, alignment, testing, and a one-year warranty on parts. This contract is critical for maintaining the operational readiness of the vessel, ensuring compliance with safety and performance standards. Interested firms that believe they can meet the requirements must submit a capability statement to the Contracting Officer, Jubbar J. Arshad, by December 11, 2025, at 10:00 AM CST, and must be registered in the System for Award Management (SAM) to be eligible for award.