Turret Punch Press and Laser Cutter Preventative Maintenance and Remedial Repairs
ID: W51AA1-25-R-0020Type: Solicitation
Overview

Buyer

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

    The Department of Defense, specifically the Army, is seeking contractors to provide preventative maintenance and remedial repair services for turret punch presses and laser cutters at the Tobyhanna Army Depot in Pennsylvania. The procurement includes annual and semi-annual maintenance, as well as emergency repairs for four specified machines, ensuring their operational efficiency and minimizing downtime. This contract is vital for maintaining the functionality of essential metalworking machinery, which plays a critical role in defense operations. Proposals must be submitted electronically by June 12, 2025, with inquiries directed to Contract Specialist Nicole Tokash at nicole.tokash.civ@army.mil or by phone at 570-615-7569.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal service contract for preventative maintenance and remedial repair services regarding turret punch presses and laser cutters at the Tobyhanna Army Depot. It specifies that the contractor must provide all personnel, tools, materials, and non-personal services needed to maintain four critical machines, ensuring operational efficiency. The scope includes semi-annual and annual maintenance, along with emergency repairs, focusing on preventing equipment breakdowns. The document details the requirements for a Quality Control Plan to monitor service quality and outlines security protocols, operating hours, contractor training needs, and environmental compliance regulations. Emphasis is placed on coordination with government representatives and adherence to safety and environmental standards, including waste disposal and pollution control. The objective is to uphold productivity while ensuring all health, safety, and security measures are diligently followed. Overall, the PWS serves as a guideline for contractors to deliver reliable support to government operations, reflecting best practices in maintenance and compliance.
    The Quality Assurance Surveillance Plan (QASP) outlines the procedures for monitoring the performance of a contractor providing preventative and remedial services for turret punch presses and laser cutters at Tobyhanna Army Depot. Its primary intent is to ensure contractor accountability and adherence to contract terms and conditions. The contractor is responsible for all necessary services, including semi-annual and annual preventative maintenance, as well as emergency repairs for four specified machines. The document details government roles, including the authority and responsibilities of the Contracting Officer and Contracting Officer’s Representative. It sets out quality control requirements and surveillance methods, emphasizing 100% inspection and customer feedback as critical monitoring tools. Nonconformance Reports (NCRs) are categorized into three levels, addressing the seriousness of issues and necessary corrective actions. Additionally, the plan includes processes for data analysis, acceptance of services, feedback reporting, and combating trafficking in persons. It highlights the dynamic nature of the QASP, allowing for adaptations in response to trends or contract modifications. Overall, this QASP serves as a crucial tool for ensuring effective contractor performance and safeguarding government interests at the depot.
    This document pertains to the pricing structure for Solicitation W51AA1-25-R-0020, outlining various Contract Line Item Numbers (CLINs) for preventative and remedial maintenance tasks. It includes pricing models categorized into Firm Fixed Price (FFP) for annual and semi-annual preventive maintenance (PM) and Time & Materials (T&M) for remedial repairs applicable for multiple option years post the base year. Each CLIN details the type of maintenance, and contractors are required to submit pricing for services related to specific LVD/Strippit machines, including labor categories for repairs. The solicitation emphasizes compliance with Service Contract Labor Standards, which dictate minimum wage and working conditions. The total evaluated price will guide pricing evaluations, noting that repairs need prior approval from the Contracting Officer Representative (COR) before commencement. The pricing structure aims to ensure fair rates for services provided over the contract period, which includes an option to extend services for an additional six months. Overall, the document serves as a crucial tool for contractors to formulate competitive and compliant bids for federal service contracts.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, specifically Wage Determination No. 2015-5797, Revision No. 27, dated December 23, 2024. It details the minimum wage rates and fringe benefits required for service contract employees in Monroe County, Pennsylvania. The applicable minimum wage for contracts entered after January 30, 2022, is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $13.30 per hour. The document enumerates various occupations with associated wage rates, including administrative, automotive, food service, health occupations, and more, highlighting fringe benefits provisions such as health and welfare, vacation, and holidays. Additional guidance is given regarding conformance processes for unlisted job classifications, emphasizing compliance with specified regulations. The Service Contract Act mandates that contractors are responsible for paying employees based on this wage determination while adhering to worker protections outlined in related Executive Orders. This document serves as a vital resource for contractors executing federal service contracts, ensuring they meet labor standards and regulatory requirements.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal service contract to provide preventative maintenance and repair services for four specific machines at Tobyhanna Army Depot. The contractor is responsible for all personnel, equipment, and materials necessary to perform annual and semi-annual maintenance, as well as emergency repairs. The document emphasizes the importance of maintaining machine functionality to meet government workload requirements and productivity targets. The contractor must submit a Quality Control Plan (QCP) to ensure compliance with contract standards and establish monitoring procedures for service quality. The PWS details security, personnel training, and adherence to safety and environmental regulations. The contractor must ensure background checks for personnel, follow safety protocols, and comply with environmental regulations regarding hazardous materials. Additionally, a comprehensive management structure and communication with government representatives are mandated throughout the project. This PWS serves as a critical document for assessing contractor performance and ensuring the continuous operation of essential machinery that supports the depot's operations, reflecting the government's commitment to operational efficiency and safety compliance.
    The document pertains to Solicitation Number W51AA125R0020 issued by the Army for the procurement of maintenance services for specific equipment, including Laser Cutters and Turret Punch Presses, over a multi-year period. The acquisition entails annual preventative maintenance, semi-annual maintenance, and remedial repair services under a firm-fixed-price (FFP) and time-and-materials (T&M) pricing structure. Submission of proposals is electronic, with a deadline set for May 22, 2025, and requires completion of specific documentation, including a pricing table and past performance references. Important instructions include adherence to specific quality assurance standards, and any proposal submissions should be directed to Contract Specialist Nicole Tokash. The document outlines the evaluation process, emphasizing price and past performance as critical factors. The contractor's past performance must align with the services required within the last three years, and proposals must comply with outlined FAR clauses. The transition to a new Army Contract Writing System may result in different submission formats; therefore, offerors must carefully review all amendments and communication regarding the solicitation.
    The document serves as an amendment to a solicitation, specifically extending the submission deadline for offers. The original close date of May 22, 2025, at 10 AM EST has been moved to June 12, 2025, at 12 PM EST. It clarifies that all other terms and conditions from the initial solicitation remain unchanged. The contracting officer has issued the amendment, which requires contractors to acknowledge this change prior to the new receipt deadline. The notification is critical for maintaining compliance with the solicitation process. It illustrates the procedural adjustments typical within government RFPs to accommodate prospective contractors, ensuring a fair opportunity for submissions. The amendment reinforces the importance of timely communication and adherence to deadlines within federal contract procurement processes.
    Similar Opportunities
    On-Call Service for Pick up, Refinish, and Return of Assets for Tobyhanna Army Depot
    Buyer not available
    The Department of Defense is soliciting proposals for an On-Call Service contract for the pickup, refinishing, and return of assets at the Tobyhanna Army Depot in Pennsylvania. This procurement involves a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which spans five years and requires compliance with military specifications for refinishing operations. The services are critical for maintaining the operational integrity of military equipment, ensuring that all refinished parts meet stringent quality standards. Interested small businesses must submit their proposals by June 23, 2025, with a minimum guaranteed contract amount of $100 and a maximum value of $9.8 million. For further inquiries, potential bidders can contact Dean Berkovics at dean.m.berkovics.civ@army.mil or by phone at 570-615-6627.
    Jet Edge Preventative Maintenance and Emergency Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for preventative maintenance and emergency repair services for Jet Edge Water Jet machines at the Anniston Army Depot in Alabama. The contract requires the contractor to perform two annual preventative maintenance services per machine, conduct emergency repairs, and maintain a comprehensive documentation system for service calls and malfunctions. This initiative is crucial for ensuring the operational integrity and reliability of essential equipment used by the Army Depot. Interested contractors must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) by June 19, 2025, and are encouraged to contact Sara Young at sara.b.young.civ@army.mil or Larry Stephney at larry.d.stephney.civ@army.mil for further information.
    Solicitation for Wire Marking Machine Preventive Maintenance
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting offers for preventive maintenance and calibration services for Laselec Wire Marking Machines at the Corpus Christi Army Depot in Texas. The contract requires one maintenance visit annually from 2025 to 2028, with strict adherence to the Performance Work Statement (PWS) and compliance with federal regulations governing contractor responsibilities. This procurement is crucial for ensuring the operational efficiency of equipment used in military applications, emphasizing the need for specialized skills and expertise. Interested contractors should submit their offers by June 17, 2025, and may direct inquiries to Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or by phone at 361-961-7831.
    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.
    Fort Jackson 3D Printer Maintenance Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army at Fort Jackson, is seeking qualified contractors to provide maintenance services for a proprietary 3D printer used at the Training Support Center. The procurement aims to ensure effective maintenance, including quarterly preventive services, onsite labor support, spare parts, and next business day response for service issues, all while adhering to strict quality control and security protocols. This contract is crucial for maintaining operational capacity and compliance with safety regulations, as the 3D printer is considered a specialized asset with limited service options. Interested firms must respond by June 23, 2025, with their intention to submit a proposal, providing necessary company details and qualifications to the primary contacts, Tesia Polk and Jason Fronden, via email.
    Welding Equipment Maintenance
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting proposals for the maintenance and repair of government-owned welding equipment under solicitation number W91ZLK-25-R-0013. This procurement aims to secure a contractor capable of providing corrective maintenance, calibration, and welding certification services for various welding and cutting equipment at the Aberdeen Test Center, with a contract duration of one base year and two optional years, from July 1, 2025, to June 30, 2028. The selected contractor must demonstrate technical capability, including experienced personnel and a Quality Assurance Plan, with evaluations based on a Lowest Price Technically Acceptable criterion. Interested vendors must submit their proposals via email by 3:00 PM Eastern Time on June 19, 2025, and direct any questions to the contracting officers, Julius Wood and Nikeena Brown, at their respective email addresses.
    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.
    WELDING
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking potential sources for welding services to support an Indefinite Delivery Indefinite Quantity (IDIQ) contract at the Tobyhanna Army Depot in Pennsylvania. The requirement includes providing welding services for various materials, such as structural steel and aerospace components, in compliance with American Welding Society (AWS) standards. This opportunity is crucial for maintaining the operational capabilities of the CECOM/Tobyhanna C5ISR, and interested companies must demonstrate their capabilities and relevant certifications, including AS9100 and AWS. Responses to the Request for Information (RFI) must be submitted to the primary contact, Robert Vanbrunt, at robert.a.vanbrunt.civ@army.mil by June 23, 2025, at 10:00 AM EST.
    Pipe Threading Machine
    Buyer not available
    The Department of Defense, specifically the McAlester Army Ammunition Plant, is seeking proposals for the procurement of a Pipe Threading Machine, with a focus on supporting small businesses, particularly those owned by women. The solicitation outlines specific requirements for the machine, including the need for compliance with military specifications and the provision of a RIDGID-brand model with defined capacities and features. This procurement is part of the U.S. government's initiative to enhance diversity in its contractor base while ensuring the delivery of quality goods for military operations. Interested vendors must submit their quotes by March 19, 2025, at 10:00 AM Central Daylight Time, and are encouraged to contact Casey Pratt at casey.p.pratt.civ@army.mil for further inquiries.
    Hurco Hwacheon Repair
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking contractors to perform repairs on one Hurco CNC machine and one Hwacheon CNC machine. The procurement aims to establish a Firm-Fixed-Price (FFP) contract, which will be awarded to the lowest priced technically acceptable offer, following the guidelines of FAR Part 13.5. These repairs are crucial for maintaining operational efficiency and reliability of the machinery used in naval operations. The solicitation is expected to be available around June 16, 2025, and interested parties can direct inquiries to Gordon Weston at gordon.t.weston3.civ@us.navy.mil or by phone at 757-396-0964.