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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking qualified small businesses to provide preventive and corrective maintenance services for industrial machinery under a Blanket Purchase Agreement (BPA). The procurement aims to ensure operational integrity and efficiency by acquiring commercial off-the-shelf (COTS) services over a five-year period, starting in April 2025, with a total ceiling of $4.5 million and individual calls capped at $249,000. Interested vendors must submit pricing and capability statements by March 12, 2025, and can direct inquiries to 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.
    Lifecycle
    Similar Opportunities
    Engineering Services Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for an Engineering Services Blanket Purchase Agreement (BPA) aimed at supporting various engineering disciplines, including marine, mechanical, electrical, and naval architecture. Contractors will be responsible for providing essential services such as data delivery, testing, training, and incident analysis to ensure shipboard material readiness, with a total contract ceiling of $7,499,999.99 over a five-year period. This initiative underscores the government's commitment to maintaining high naval engineering standards and engaging small businesses in fulfilling these critical service needs. Interested vendors must submit their quotes by March 4, 2025, and direct any inquiries to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
    Small Equipment Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified small businesses to provide maintenance services for small equipment at DLA Distribution in Bremerton, Washington. The procurement encompasses both scheduled Annual Preventive Maintenance (PM) and unscheduled Remedial Maintenance (RM) for various wood and metalworking machinery, ensuring compliance with manufacturer specifications and operational efficiency. This contract is critical for maintaining the reliability of essential equipment used in logistical functions, with a performance period of three years starting from March 2025, and a total budget of $15,000 allocated over the contract duration. Interested contractors must submit their quotes electronically by March 10, 2025, and can direct inquiries to Tom Semones at thomas.semones@dla.mil or by phone at 717-770-6482.
    Procurement request for 3-Year blanket purchase agreement (BPA) for Tinius calibration services
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is issuing a Request for Quotes (RFQ) for a three-year blanket purchase agreement (BPA) to provide calibration services for Tinius Olsen equipment used in its Rubber Mechanical Test Laboratory located in West Bethesda, MD. The procurement aims to ensure compliance with ISO 10725 standards and maintain the proper functioning of various specified equipment, which is critical for accurate material testing in research and development activities. The selected vendor will be required to deliver annual calibration services and priority technical phone support, with a focus on small business participation as the procurement is set aside for small enterprises. Interested vendors must submit their capabilities, including pricing and necessary documentation, by March 3, 2025, with services expected to commence on March 7, 2025, and continue until March 6, 2028. For further inquiries, vendors can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247.
    NSWCPD - Bldg 77H Repair Pump Motor 1C
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for the repair of Pump Motor 1C located in Building 77H, with a contract value estimated between $250,000 and $500,000. This project is set aside exclusively for small businesses and requires adherence to stringent safety and operational standards, as outlined in various supporting documents, including a Mobile Construction Equipment Checklist and Activity Hazard Analysis protocols. The successful contractor will be responsible for ensuring compliance with federal regulations while executing the repair work, which is critical for maintaining operational efficiency in government facilities. Proposals must be submitted by March 21, 2025, following a mandatory site visit in early March, and interested parties can contact Rishi Mathur at rishi.m.mathur.civ@us.navy.mil for further details.
    N3904025Q1004 Preventative and Remedial Maintenance for Relocatable Structures
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals from qualified contractors for preventative and remedial maintenance services for relocatable structures. The contract encompasses a range of services, including maintenance of emergency lighting and HVAC systems, with a total contract value of $12,500,000 for the period from March 1, 2025, to February 28, 2026. These services are critical for ensuring the safety and operational integrity of government facilities, adhering to established safety and operational standards. Interested contractors, particularly Women-Owned Small Businesses, should contact Gary W. Murdock at gary.w.m.murdock.civ@us.navy.mil or call 207-994-0292 for further details and to ensure compliance with the submission process.
    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.
    BPA - LABORATORY EQUIPMENT AND SUPPLIES PSC 6640
    Buyer not available
    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.
    General Hardware (M Department) Master BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a General Hardware service/item through a Combined Synopsis/Solicitation notice. This service/item falls under the category of Handtools, nonedged, nonpowered, with a PSC code of 5120. The place of performance for this procurement is Indian Head, Maryland, with a zip code of 20640 and the country being the USA. The primary contact for this procurement is Sarah Hayden, and the secondary contact is Dr. David Greaves. The Naval Surface Warfare Center Indian Head Division (NSWC IHD) is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices. Interested companies must provide documentation addressing the performance work statement, complete and return the price list and fill in clauses in the RFQ, and have an active account in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM). Additionally, ITAR Certification is required for receipt of the technical documents. Large businesses will also be considered for other opportunities. Vendors with technical merit will be issued a Master BPA to bid on future requirements. The Government reserves the right to consider past performance information from other sources. The points of contact for this procurement are Sarah Hayden, Dr. David Greaves, Marlene Ridgell, and Nicholas Zalewski.
    Warping Capstan 2 Repairs
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking qualified vendors to provide technical representative services for the removal, overhaul, and reinstallation of a Rexnord Style 86,600 electric disc brake on Warping Capstan 2. This procurement is critical for maintaining operational efficiency and safety standards within naval operations, emphasizing the importance of compliance with safety regulations and operational standards. Interested vendors must be registered in the System for Award Management (SAM) and submit separate technical and price quotes by 12:00 PM EST on March 4, 2025, with the contract period running from March 6, 2025, to August 30, 2025. For further inquiries, vendors can contact Eboni Uwuseba at eboni.w.uwuseba.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil.
    Propulsor Devices Parts Machining
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for the machining of nickel aluminum bronze (NAB) parts for the VIRGINIA Class propulsor system. The procurement involves the fabrication of various NAB components using Government Furnished Materials (GFM), adhering to specified ASTM standards and technical drawings, with a focus on maintaining rigorous quality metrics throughout the manufacturing process. This contract is crucial for ensuring the operational readiness and reliability of naval propulsion systems, with a performance period extending until February 2027. Interested small businesses must submit their quotes by March 3, 2025, and direct any inquiries to Michael J. Bonaiuto at michael.bonaiuto@navy.mil, with a maximum employee limit of 550 under NAICS code 339999.