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
    Public Address/Visual Information and Television Broadcast System (PAVIS)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Tobyhanna Army Depot, is seeking interested vendors for a service contract related to the maintenance and installation of the Public Address, Visual Information, and Television Broadcast System (PAVIS). The procurement aims to ensure the effective operation of PAVIS at the depot, which is crucial for communication and information dissemination within military operations. The contract will cover a base year plus two option years, commencing on February 27, 2026, and interested parties must submit their capabilities and company information by December 15, 2025, to Alicia Piercy at alicia.a.piercy.civ@army.mil.
    Multiple Award Task Order Construction Contracts (MATOC) at Tobyhanna Army Depot
    Dept Of Defense
    The Department of Defense is initiating a presolicitation for Multiple Award Task Order Construction Contracts (MATOC) at the Tobyhanna Army Depot (TYAD) in Pennsylvania. This procurement aims to establish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for minor construction, repairs, maintenance, alterations, and emergency services, requiring contractors to provide all necessary labor, materials, and equipment. The contract is a total small business set-aside, with a magnitude between $25 million and $100 million, and the solicitation is expected to be issued around January 13, 2026. Interested contractors must be registered in SAM.gov and can contact Justin Marino at justin.m.marino2.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information.
    Solicitation for Reform Grinding Machine Repair at CCAD
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the repair and testing of a Reform Grinding Machine at the Corpus Christi Army Depot in Texas. The contractor will be responsible for restoring the machine to original equipment manufacturer (OEM) specifications, with the project timeline set between January 6, 2026, and January 5, 2027. This procurement is critical for maintaining operational efficiency and ensuring the reliability of equipment used in military operations. Interested contractors must submit a completed and signed SF1449 document along with their quotes, and they can reach out to Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or 361-961-7831 for further details.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    TOBYHANNA ARMY DEPOT EMF RANGE EXPANSION
    Dept Of Defense
    The U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice for the Tobyhanna Army Depot EMF Range Expansion project in Tobyhanna, Pennsylvania. This initiative aims to gather market research to identify qualified contractors capable of executing a project estimated to cost between $25 million and $100 million, which involves significant construction tasks such as building an embankment, a radome foundation, a range control building, and extensive utility work over a duration of five years. The government is particularly interested in responses from small businesses and various socioeconomic categories, requiring capability statements that demonstrate relevant experience with similar projects costing at least $50 million completed within the last five years. Interested parties must submit their responses by 5:00 PM EST on December 29, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    Solicitation, Service Repair, Paladin Digital Fire Control System
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is soliciting proposals for the repair of the Paladin Digital Fire Control System (PDFCS) under solicitation number W912CH-24-R-0041. This procurement involves a sole source contract with Sechan Electronics for a five-year Requirements, Firm Fixed Price contract, focusing on the component-level repair, teardown, and inspection of various units including the Keypad Unit, Paladin Digital Computer Unit, and Power Conditioning Unit-2. The successful contractor will play a crucial role in maintaining the operational readiness of essential military equipment. Proposals are due by January 30, 2026, and interested parties must contact Kelli Kavanagh at kelli.a.kavanagh2.civ@army.mil for further details and to ensure compliance with registration requirements in the System for Award Management (SAM).
    Customized Machine Base for Cannon Manufacturing Process Equipment for the Watervliet Arsenal
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is soliciting bids for a customized machine base designed for cannon manufacturing process equipment. This procurement requires the design, fabrication, installation, and training for a machine base capable of handling large workpieces, with specific dimensions and operational capabilities outlined in the Statement of Work. The machine base is critical for enhancing the manufacturing process of artillery systems, ensuring operational efficiency and precision. Proposals are due by December 16, 2025, and interested parties are encouraged to attend a site visit on December 15, 2025, to gain further insights into the project requirements; RSVP is required. For inquiries, contact Amanda Robinson at amanda.p.robinson2.civ@army.mil or 518-266-4931.
    SERVER,AUTOMATIC DA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the SERVER, AUTOMATIC DA. This procurement aims to ensure the operational readiness of the equipment by requiring contractors to perform repairs in accordance with specified quality standards and timelines, including a defined Repair Turnaround Time (RTAT). The goods and services sought are critical for maintaining the functionality of military systems, emphasizing the importance of compliance with stringent inspection and quality assurance protocols. Interested contractors should direct inquiries to Tyreese C. Smith at 717-605-5937 or via email at TYREESE.C.SMITH.CIV@US.NAVY.MIL, and must adhere to the submission guidelines outlined in the solicitation.
    PSCU COMPUT TABLET
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the PSCU COMPUT TABLET. This procurement involves the repair and quality assurance of electronic computer manufacturing items, with a focus on ensuring compliance with military standards and specifications. The repaired items are critical for operational readiness in naval applications, emphasizing the importance of timely and quality repairs. Interested contractors must submit their proposals, including a detailed breakdown of repair costs and turnaround times, to the primary contact, Catherine H. Tran, at uyencatherine.h.tran.civ@us.navy.mil or by phone at 717-605-6805, with a required delivery timeframe of 88 days post-acceptance.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.