Elevated Burn Simulator System
ID: W25G1V25Q0005Type: Solicitation
Overview

Buyer

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

NAICS

Other Personal and Household Goods Repair and Maintenance (811490)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)

Set Aside

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

    The Department of Defense, specifically the Army Contracting Command, is seeking proposals for a contract to provide maintenance services for the Elevated Burn System Simulator (EBSS) located at Tobyhanna Army Depot in Pennsylvania. The contract encompasses preventative maintenance, unscheduled repairs, and emergency services for the EBSS, which is critical for training and operational readiness. This opportunity is a total small business set-aside, with proposals due by November 7, 2024, following a site visit scheduled for October 24, 2024. Interested contractors must ensure they are registered in SAM and submit comprehensive proposals, including pricing sheets and past performance references, to be evaluated based on technical merit, past performance, and price. For further inquiries, contact Jason Burke at jason.m.burke.civ@army.mil or call 570-615-9288.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation W51AA125Q0005 is issued by the Army Contracting Command for a hybrid firm-fixed price and time-and-materials contract to provide maintenance services for the Elevated Burn System Simulator (EBSS) at Tobyhanna Army Depot. This contract is a 100% total small business set-aside. A site visit is scheduled on October 24, 2024, and proposals are due by November 7, 2024. Offerors must have SAM registrations and will be evaluated based on a best-value approach that considers technical merit, past performance, and price. Contractors are required to submit comprehensive proposals including a signed SF 1449 form, past performance references, a proposed pricing sheet, and address any questions by October 28, 2024. The scope of work includes preventative maintenance, unscheduled repairs, and adherence to quality assurance plans. Contractors must comply with various safety, environmental, and security regulations throughout the project duration. These stipulations underscore the commitment to maintain operational integrity while ensuring compliance with federal guidelines and protecting both personnel and property during the execution of the contract.
    The document is a pricing table for Solicitation W51AA1-24-Q-0025, outlining the Elevated Burn Simulator System's contract requirements. It includes various Contract Line Item Numbers (CLINs) for different project phases and labor types, including both Firm Fixed Price (FFP) and Time and Materials (T&M) structures, spanning the base year and two option years. Offerors are required to propose an hourly labor rate for "Unscheduled Emergency Repairs," emphasized as strictly for evaluation purposes and not binding the government to specified hours. Key components include preventive maintenance services, estimated hours for various technical roles, and pricing guidelines in accordance with the Service Contract Labor Standards. The document highlights regulations governing labor rates while confirming that materials will be reimbursed separately. This pricing information is essential for evaluating offers and ensuring compliance with federal contracting standards. Overall, the document serves as a critical framework for contractors to prepare their proposals within specified financial and regulatory guidelines for the Elevated Burn Simulator System project.
    The document is a comprehensive guide on government RFPs (Requests for Proposals) and grants aimed at federal, state, and local levels. It outlines the eligibility criteria for applicants, detailing the necessary qualifications and experience required to submit a proposal. The key focus is on federal grants, particularly concerning how organizations can access funding to support various initiatives, including community development and infrastructure projects. The structure of the document includes introductory sections on the purpose of RFPs, followed by detailed descriptions of the application process and evaluation criteria. It emphasizes the significance of adhering to guidelines provided by federal agencies and stresses the importance of due diligence in proposal submission. Additionally, the document highlights collaborative opportunities between public and private sectors, encouraging innovative approaches to problem-solving within communities. The overall aim is to promote transparency, efficiency, and effectiveness in allocating government funds while ensuring compliance with established regulations. In summary, this guide serves as a critical resource for organizations seeking to engage with government funding programs, equipping them with the necessary framework to successfully navigate the RFP process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Self-Contained Breathing Apparatus Maintenance & Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Letterkenny Contracting Office, is seeking sources for Self-Contained Breathing Apparatus (SCBA) maintenance and repair services at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement aims to identify qualified contractors capable of providing all necessary personnel, equipment, and services to maintain, repair, and certify SCBA equipment, with technicians required to be SCOTT Certified and compliant with NFPA 1989 standards. This opportunity is critical for ensuring the operational readiness and safety of Fire and Emergency Services personnel. Interested parties must submit their capability statements by October 30, 2024, at 4:00 PM, via email to Brian Crean at brian.c.crean.civ@army.mil, and should be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) to be eligible for contract awards.
    UBM 120 Repair Sources Sought
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide parts and labor for the repair of UBM 120 equipment at Biddle Air National Guard Base in Horsham, Pennsylvania. The procurement aims to identify responsible sources capable of supplying various components, including lighting assemblies, filters, and technical manuals, along with installation services by certified technicians to restore the equipment to full functionality. This opportunity is critical for maintaining operational readiness and ensuring the reliability of materials handling equipment used by the military. Interested parties must submit their capability statements, including business classification and contact information, by November 4, 2024, at 1:00 PM EST, and should be registered in the System for Award Management (SAM.gov) to be considered.
    Maintenance/Repair of Special Industry Machinery.
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to award a sole-source firm-fixed-price contract to Bio Response Solutions, Inc. for the maintenance and repair of its Continuous Flow Thermal Effluent Decontamination System (CFTEDS). This contract is essential for conducting all required preventative and corrective maintenance services on the CFTEDS, which is specifically designed to process effluent from Biosafety Level (BSL-3) and BSL-4 laboratories, making it a critical component in maintaining laboratory safety and compliance. Interested vendors may submit capability statements to demonstrate their ability to provide similar services, with submissions due by 10:00 AM EST on November 1, 2024. For inquiries, contact Deborah Hagan at deborah.l.hagan.civ@health.mil or Tonya Kreps at tonya.r.kreps.civ@health.mil.
    PAD-MOUNTED SWITCH GEAR REPLACEMENT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Pad-Mounted Switchgear Replacement project at Tobyhanna Army Depot in Pennsylvania. This construction contract involves the complete removal and replacement of three deteriorated medium voltage pad-mounted switchgear units, necessitating compliance with safety regulations and minimal disruption to ongoing operations. The project is a total small business set-aside, with an estimated value between $250,000 and $500,000, and proposals are due electronically by a specified deadline. Interested firms must contact Dean Berkovics at dean.m.berkovics.civ@army.mil or 570-615-6627 for further details and to submit their capability statements within 10 days of this notice.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Active
    Dept Of Defense
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    Blast Booth & Paint Equipment Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a Firm-Fixed Price requirements contract focused on the safe cleaning and abatement of heavy metals, including lead, cadmium, and chromium, as well as dirt and debris from Blast and Paint Booth equipment at Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement emphasizes a total small business set-aside under NAICS code 562910 for remediation services, highlighting the importance of maintaining environmental safety and compliance at military facilities. The solicitation number W911N2-25-R-0004 is anticipated to be released around October 24, 2024, with a closing date expected around November 25, 2024. Interested vendors must be registered in the System for Award Management (SAM) and can contact Jonathan K. Carroll at jonathan.k.carroll.civ@army.mil or 717-267-8357 for further information.
    Multiple Award Task Order Contract (MATOC) Tobyhanna Army Depot
    Active
    Dept Of Defense
    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.
    Laser Ablation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for maintenance and service of the Clean Laser CL1000 Laser Ablation System at the Letterkenny Army Depot in Pennsylvania. The contract encompasses annual preventive maintenance, emergency and non-emergency repairs, and parts supply, with a focus on ensuring high operational integrity and compliance with quality assurance standards. This procurement is critical for maintaining the functionality of the laser ablation system, which plays a vital role in military operations. Proposals are due by 12:00 PM on November 14, 2024, and interested contractors should contact Jonathan K. Carroll at jonathan.k.carroll.civ@army.mil or call 717-267-8357 for further details.
    Lasr Ablation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a service contract involving the Clean Laser CL1000 Laser Ablation System at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement includes sourcing parts, servicing, annual preventative maintenance, and diagnosing issues related to the laser system, with a contract duration of one base year and two optional years. This contract is crucial for maintaining the operational efficiency and safety of the laser system, which plays a significant role in military operations. The solicitation number W911N2-24-Q-0049 is expected to be released on or about October 14, 2024, with proposals due by November 14, 2024. Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Jonathan K. Carroll at jonathan.k.carroll.civ@army.mil or by phone at 717-267-8357.
    SINGLE PLY CUTTING MACHINE
    Active
    Dept Of Defense
    The Department of Defense, through the Tobyhanna Army Depot, is seeking proposals for the acquisition of a brand-new single-ply cutting machine from Eastman Machine Company. The procurement requires a machine that meets specific functional criteria, including a minimum cutting speed of 60 inches per second and a cutting area of at least 72” by 144”, along with the removal of an existing multi-ply cutting machine and training for depot personnel. This equipment is critical for the Equipage Branch's fabric and material processing operations, ensuring operational efficiency and compliance with government standards. Interested offerors must submit their bids by 12:00 PM on November 6, 2024, and can contact Melissa Hoffman at melissa.hoffman4.civ@army.mil or by phone at 570-615-8742 for further information.