Naval Surface Warfare Center Carderock Divisions Equipment Maintenance Blanket Purchase Agreement
ID: N0016725Q0077Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for commercial off-the-shelf (COTS) preventive and corrective maintenance services for industrial machinery at its West Bethesda site in Maryland. The procurement aims to ensure the operational integrity of various equipment, including those from Rockwell Automation and Allen-Bradley, by adhering to Original Equipment Manufacturer (OEM) standards for maintenance and providing necessary parts without voiding warranties. The total ceiling for the BPA is set at $4.5 million over a five-year period, with individual calls capped at $249,000, and interested vendors must submit their quotes and capability statements by April 2, 2025. For further inquiries, vendors can contact David Crouch at 301-318-3929 or via email at David.w.crouch3.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The government RFP document outlines a comprehensive preventive maintenance program for various types of machinery, including conventional mills and lathes, HAAS equipment, TRAC machines, Wire EDM, Waterjets, and 3D printing technologies. Each machine category includes detailed inspection and maintenance tasks, such as checking control panels, lubricating components, managing coolant systems, and verifying alignment according to manufacturer specifications. The document emphasizes the importance of adhering to maintenance guidelines to ensure machine functionality and prevent downtime. Specific tasks include inspecting and cleaning electrical components, adjusting spindle belts, calibrating axes, and updating software. The contractor is required to provide written reports confirming completion of all tasks per manufacturer standards. This initiative aligns with federal and state procurement processes, aiming to enhance mechanical reliability and operational efficiency across government facilities. The emphasis on systematic inspections and proper maintenance reflects a commitment to safety, regulatory compliance, and optimal machinery performance in government operations.
    The document comprises a comprehensive set of equipment checklists intended for the maintenance and servicing of various machinery, including conventional mills, lathes, TRAK mills, and more. Each checklist is meticulously structured to ensure that contractors adhere to the manufacturer's specifications when servicing equipment. The checks cover critical maintenance tasks such as cleaning, lubrication, inspection of systems like lube and hydraulic, alignment checks, and calibration of axes. The purpose of these checklists is to provide clear guidelines that promote equipment longevity and operational safety, which is essential for compliance with federal and state regulations that often accompany government RFPs and grants. Particular attention is given to recording all services performed, with requirements for written reports that demonstrate adherence to recognized standards. This document illustrates an organized approach to equipment maintenance in a government context, ensuring that all necessary inspections and adjustments are completed to maintain operational efficiency and safety. It underscores the importance of consistent preventative maintenance as part of compliance with industry regulations and operational excellence in governmental and related projects.
    The document is a DD Form 1423-1, which outlines the requirements for submitting a Maintenance Service Report related to equipment serviced under specific Blanket Purchase Agreements (BPAs) within the Department of Defense. It specifies a single data item that contractors must provide following the guidelines outlined in the Data Item Description (DID) DI-MGMT-80995A. Key details include deadlines for report submissions, which must occur within five days post-completion of service, and the mandate for electronic submission to designated points of contact. The document emphasizes compliance with distribution restrictions, specifying that the reports can only be distributed to U.S. Government agencies and their contractors. Furthermore, it includes instructions for completing various sections of the form, categorizing data types, specifying pricing groups for data, and outlining responsibilities for government personnel and contractors. The overarching purpose of this document is to facilitate standardized reporting and compliance reporting related to maintenance services within government contracts, ensuring operational efficiency and adherence to regulatory requirements. It serves as a critical tool for both contractors and government officials in managing contractual obligations and maintaining transparency in data submissions.
    The Maintenance Service Report (DI-MGMT-80995A) is a federal document detailing the procedure for documenting repairs made to equipment under government contracts. It outlines the format and content requirements necessary for contractors to adhere to when submitting maintenance service reports. The report must include comprehensive details such as equipment information (date received, transaction number, decal number, manufacturer’s code, model number, serial number, and contact person), reasons for submission, symptoms of issues, work performed, parts utilized (including part numbers, descriptions, quantities, and costs), and a record of time and charges related to the maintenance activities. Additionally, contractors are required to designate a single point of contact for service orders. This structured approach ensures accountability, provides clear documentation for federal oversight, and facilitates effective maintenance management, which is crucial for maintaining operational efficiency in government operations. The purpose of this document aligns with the needs outlined in federal RFPs and grants, emphasizing the importance of standardized reporting in government contracts.
    The DD FORM 1423-1 is a Contract Data Requirements List (CDRL) utilized by the Department of Defense to outline specific data deliverables for contracts. This form details the responsibilities of contractors to provide required data items, including Calibration Certificates under a Base Purchase Agreement (BPA). The document specifies various categories of data such as Technical Data Packages, Technical Manuals, and others pertinent to the contract or project. Key components include identification of the contract line item, frequency of data submission, required distribution, and the specific data item description and requirements based on various established standards. It emphasizes the importance of compliance with inspection/acceptance standards by the government and outlines the process for electronic submission of reports. Additionally, the form explains how to designate price groups for estimated costs related to data item preparation and delivery. Overall, this document serves a crucial role in ensuring accountability and quality control in government contracts, especially in technical fields requiring precise calibration and data documentation.
    The document outlines the Calibration Certificate/Report's requirements as specified in the government Data Item Description (DID) DI-QCIC-80798C, which is essential for documenting calibrations on Department of Defense (DoD) equipment. It sets the format and content guidelines for calibration reports required before the delivery of test equipment. The DID aligns with ISO/IEC 17025 standards. Key components of the calibration certificate include the laboratory's information, unique identification of the report, details of the test methods and items calibrated, dates of receipt and performance, test results, and signatures from authorized personnel. It emphasizes traceability of measurements and conditions affecting results. The document aims to ensure consistent, high-quality standards in calibration processes across government contracts, facilitating compliance and reliability in military and defense-related operations.
    The document outlines maintenance inspection and service requirements for various machine types used in manufacturing, including lathes, mills, wire EDMs, and waterjet machines. Each machine is categorized by its type, manufacturer, and model, detailing specific maintenance tasks. Key tasks include inspecting and adjusting mechanical systems, electrical systems, and coolant systems while ensuring proper alignment and functionality of all parts. The maintenance process emphasizes the importance of checking various elements such as lubrication systems, safety features, and operational accuracy. The document reflects a systematic approach to machine service needed for effective operation under federal, state, and local grant proposals, showcasing the government's commitment to supporting maintenance and operational efficiency in manufacturing contexts. The organized structure highlights the diversity of machines serviced along with tailored inspection protocols necessary for compliance and performance optimization in accordance with industry standards.
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is issuing a Request for Quotes (RFQ) for a Blanket Purchase Agreement (BPA) aimed at acquiring commercial off-the-shelf (COTS) preventive and corrective maintenance services for industrial machinery over a five-year period, starting in April 2025. This RFQ is fully set aside for small businesses, following the provisions in the Federal Acquisition Regulation. Interested vendors must submit pricing and capability statements by March 12, 2025. The total ceiling for BPA calls is $4.5 million, with individual calls capped at $249,000. Services required include preventive maintenance adhering to Original Equipment Manufacturer (OEM) standards and corrective maintenance in two tiers based on urgency and equipment issues. The contractor will maintain a variety of equipment as specified and provide necessary parts, ensuring that such parts do not void OEM warranties. The document emphasizes adherence to outlined procedures, security requirements, and includes necessary clauses and representations for compliance with federal contracting standards. A technical point of contact will oversee the performance verification and invoicing process is mandated to use the DoD Wide Area Workflow system. This RFQ illustrates the federal government's commitment to maintaining operational integrity and efficiency through systematic equipment care.
    The Naval Surface Warfare Center Carderock Division (NSWCCD) issued a Request for Quotes (RFQ) for commercial items, specifically seeking vendors to provide commercial off-the-shelf (COTS) products from Rockwell Automation and Allen-Bradley. The RFQ aims to establish a Blanket Purchase Agreement (BPA) for preventative and corrective maintenance services of various equipment vital for the U.S. Navy's operations at the West Bethesda site. The total ceiling price for the BPA is set at $4.5 million, with individual orders capped at $249,000. Quotes must be submitted by March 18, 2025, and should demonstrate the vendor's capability to meet specifications. Vendors are required to provide service offers aligning with original equipment manufacturer standards, ensure compliance with security protocols, and deliver all maintenance reports electronically. The BPA will be awarded based on the lowest-priced, technically acceptable quotation, emphasizing the government's commitment to maintaining operational efficiency and minimizing disruptions. This procurement is part of standard federal practices aimed at enhancing military equipment sustainability through reliable service agreements.
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is issuing a Request for Quotes (RFQ) for the procurement of commercial off-the-shelf (COTS) products, specifically Rockwell Automation and Allen-Bradley items, necessary for the operation and maintenance of its systems at the West Bethesda site. This procurement is governed under the FAR and DFARS regulations. Interested vendors must submit their quotes and capabilities statements by April 2, 2025, with all specifications and pricing included. The agreement will focus on preventative and corrective maintenance services and permits a ceiling of $4.5 million for a five-year period. The solicitation includes detailed technical requirements for services, outlining that contractors must adhere to OEM specifications and provide documentation for services rendered. The contract will only be awarded to the lowest-priced, technically acceptable offeror, emphasizing compliance with necessary clauses and regulations. Security protocols are also highlighted for personnel entering NSWCCD facilities, reinforcing the strict adherence to procurement policies and oversight to ensure quality and safety in government operations.
    The document is an amendment to solicitation N0016725Q0077 issued by the Naval Surface Warfare Center, Carderock Division (NSWCCD). Its primary purpose is to extend the response deadline for quotes from March 12, 2025, to March 18, 2025, and remove the small business set-aside requirement. The RFQ involves the procurement of commercial off-the-shelf (COTS) Rockwell Automation and Allen-Bradley products, as well as related electrical hardware necessary for maintaining operations at the West Bethesda site. The document outlines requirements for interested vendors to provide comprehensive quotes, including their capabilities, pricing, and company information. It also specifies the structure of a Blanket Purchase Agreement (BPA) aimed at establishing terms for preventative and corrective maintenance services, with a total ceiling of $4,500,000 and individual calls not exceeding $249,000. The BPA will span five years, allowing the government to procure services as needed, with an evaluation based on price and performance metrics. Overall, this amendment and associated solicitation indicate an effort by the government to streamline purchasing processes while ensuring competitive offerings from various suppliers.
    The document outlines an amendment to solicitation number N0016725Q0077, issued by the Naval Surface Warfare Center Carderock Division (NSWCCD). The amendment primarily serves to remove the small business set-aside provision and extend the proposal deadline from March 18, 2025, to April 2, 2025. The solicitation invites bids for the procurement of commercial off-the-shelf (COTS) Rockwell Automation and Allen-Bradley products, including any necessary electrical hardware to maintain the systems at the West Bethesda site. Additionally, it details relevant terms and conditions for a Blanket Purchase Agreement (BPA), including the minimum specifications and procedures for maintenance services. There is a stipulation that proposals must be submitted by the new deadline, and any submitted quotes should adhere to specified requirements. The BPA aims to be established for a five-year period, with the potential for multiple agreements, emphasizing price competitiveness and adherence to federal regulations. This amendment reflects the government's intent to ensure broader participation in the procurement process while maintaining compliance with existing federal acquisition regulations.
    Lifecycle
    Similar Opportunities
    Maintenance and Repair
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for maintenance and repair services related to electronic and precision equipment. This procurement aims to streamline the acquisition of supplies and services necessary for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements and relevant documentation by March 11, 2026, to be considered for inclusion in the BPA program, 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.
    Maintenance and Repair Specialized Equipment
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for maintenance and repair of specialized equipment related to aircraft operations. This procurement aims to streamline the acquisition of commercial items necessary for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The selected vendors will be required to submit capabilities statements and comply with federal regulations, with the BPA allowing for flexible, as-needed orders without a formal Request for Proposal. Interested vendors must submit their documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    C521_Rockwell Material_SSM Procurement
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to negotiate and award a Basic Ordering Agreement (BOA) Order to Rockwell Automation INC. for the procurement of Rockwell Material in support of C521 efforts. This procurement is a follow-on effort, with the Government planning to make an award in the first quarter of FY26, emphasizing the unique capabilities of Rockwell Automation as the only responsible source for fulfilling the Navy's requirements. The goods and services sought are critical for the Navy's operational needs, and interested parties may express their interest and capability by responding to the notice, although this is not a request for competitive proposals. Responses must be submitted in writing via email to Judy Secoda by 4:00 PM on December 17, 2025.
    Blanket Purchase Agreement (BPA) for Cummins Power Parts
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is seeking proposals for a Blanket Purchase Agreement (BPA) specifically for Cummins Power Parts, with a focus on brand-name items only. This procurement is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 333618, which pertains to Other Engine Equipment Manufacturing. The goods are essential for maintaining operational readiness and efficiency within military operations. Interested vendors should direct their inquiries to Melvina McNeill at melvina.l.mcneill.civ@mail.mil or by phone at 703-545-9495, with the exact address for performance to be provided upon award.
    BPA - LABORATORY EQUIPMENT AND SUPPLIES PSC 6640
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for laboratory equipment and supplies under PSC Code 6640 and NAICS Code 334516. The procurement aims to secure standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These supplies are critical for various defense-related laboratory operations, ensuring the availability of necessary equipment for research and development activities. Interested small businesses must submit their documentation, including past performance references, to Barbara Grinder by April 30 for June awards or by October 31 for December awards, with evaluations based on customer satisfaction and technical success. For further inquiries, contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    BPA - IT and Telecom PSC 7E20
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for IT and Telecom services, particularly in the areas of help desk support, workspace solutions, and productivity tools. Interested vendors must demonstrate their capabilities and provide a price list, along with at least three past performance references that will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring reliable support services within the Navy, and vendors are encouraged to submit their documentation by April 30 for June awards or by October 31 for December awards. For further inquiries, interested parties can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    BPA - Bolt, Nut, Screw, Rivet & Washer Manufacturing PSC 5305,5306,5307,5310,5315,5320,5325,5330,5331,5335,5340,5342,5345,5350,5355,5360,5365
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for the manufacturing of various fasteners, including bolts, nuts, screws, rivets, and washers, under multiple Product Service Codes (PSC). The procurement aims to secure standard commercial supplies and services at competitive prices, with a focus on small businesses, as indicated by the Total Small Business Set-Aside designation. These fasteners are critical components in military applications, ensuring the reliability and functionality of various weapon systems and equipment. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder or Brandi L. Sorzano for further information.
    BPA Hydraulic Lifting Equipment
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM), is seeking information from vendors regarding the maintenance and certification of hydraulic lifting equipment at Building 66, located in Natick, MA. The procurement aims to secure inspections, certifications, repair services, and preventive maintenance for various hydraulic equipment, including forklifts, hoists, and lifting devices. This initiative is crucial for ensuring the operational readiness and safety of equipment used by the Army. Interested vendors must submit their responses, including company details and capabilities, by 1:00 PM EST on January 8, 2026, to the primary contact, Michael Dion, at michael.a.dion11.civ@army.mil, with a copy to Brandon Rivett at brandon.j.rivett.civ@army.mil.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    BPA - Semiconductor & Related Device Manufacturing PSC 3670
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for semiconductor and related device manufacturing services. The procurement aims to engage small businesses that can provide standard commercial supplies and services in the specialized semiconductor manufacturing sector, specifically under NAICS code 334413 and PSC code 3670. These BPAs will facilitate competitive pricing and ensure quality through a rigorous evaluation of past performance, focusing on customer satisfaction, timeliness, technical success, program management, and quality of services. Interested vendors must submit their documentation and past performance references by April 30 for June awards or by October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further details.