Welding Equipment Maintenance
ID: W91ZLK-25-R-0013Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG DIRABER PROV GRD, MD, 21005, 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 proposals for the maintenance and repair of government-owned welding equipment under solicitation number W91ZLK-25-R-0013. This procurement involves providing calibration and repair services for various welding and cutting equipment at the Aberdeen Proving Ground in Maryland, with a contract duration of one base year and two optional years, from July 1, 2025, to June 30, 2028. The selected contractor will be responsible for ensuring the operational readiness of the equipment, which is critical for military and commercial testing functions, and must demonstrate compliance with safety protocols and quality assurance standards. 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document outlines a schedule for services related to preventative maintenance, calibration, and emergency repairs across three distinct periods: the base year and two option years. For each year, the contractor is responsible for delivering services as specified in the Performance Work Statement and the terms of the contract. The estimated quantities for each service period are indicated as one job per period, though specific monetary amounts have not been filled in. This schedule is part of a larger governmental request for proposals (RFPs) and grants, emphasizing the structured approach adopted by the federal government to ensure compliance and standardized service delivery for maintenance and repair activities. The document is reflective of standard contracting protocols in public sector engagements, aiming to maintain service continuity and operational effectiveness across multiple fiscal periods.
    This document outlines a federal RFP related to various acquisition regulations and compliance requirements that contractors must adhere to when conducting business with the Department of Defense (DoD). It encompasses essential clauses that govern contract performance, such as anti-terrorism training, safeguarding covered defense information, and compliance with specific regulations regarding telecommunications and materials. The document also details the necessary representations and certifications contractors are required to submit, such as those related to small business status, ethical practices, and federal tax compliance. Key points include obligations for contractors to utilize electronic payment methods, ensure no dealings with certain banned regimes, and comply with standards for whistleblower protections. The structure of the document includes clauses incorporated by reference, clauses presented in full text, and necessary provisions for offer proposals, emphasizing transparency and accountability in federal contracting processes. The document underscores the government’s commitment to legal compliance, ethical conduct, and the inclusion of small and disadvantaged businesses in federal procurement, thereby reinforcing regulations that align with broader governmental strategies for equitable contracting.
    The document is a comprehensive equipment list for remedial repair, detailing various machinery and tools utilized in industrial applications. It catalogs items by manufacturer and model, specifying unique serial numbers for each equipment. The list includes devices from brands such as ESAB, Miller, Fronius, and Hypertherm, encompassing welding machines, cutting tables, and stud welders, among others. This inventory serves crucial procurement and operational needs, likely in response to federal and local government contracts requiring equipment for infrastructure projects or industrial services. It reflects the government's initiative to maintain a robust inventory for repair and technology enhancement, demonstrating an organized approach to managing and facilitating repairs in compliance with safety standards. The document is structured systematically, ensuring ease of reference for procurement officials or contractors seeking to fulfill federal RFPs or grant requirements related to equipment acquisition and management.
    The Performance Work Statement outlines a non-personal services contract for corrective maintenance and calibration of welding equipment at the Aberdeen Test Center (ATC) within the Department of Defense (DOD). The contract spans an annual period with two optional years and requires on-site electronic and mechanical maintenance for various welding and cutting equipment. Contractor personnel must possess specialized training and certifications, ensuring compliance with safety and hazardous condition protocols. Effective communication with the Contracting Officer Representative (COR) is essential for maintenance requests, with a stipulated response time of twenty-four hours for corrective services and four hours for emergencies. The service provider must also offer welding certification services, removal of garnet from cutting tables in compliance with environmental standards, and the supply of industrial gases and welding supplies. A Quality Assurance Surveillance Plan (QASP) will ensure adherence to performance standards. The document reaffirms that contractor staff will not be under government control but must adhere to specific safety and security regulations while maintaining all contractual obligations. The overarching aim is to ensure the operational readiness of welding equipment at ATC, supporting both military and commercial testing functions.
    The document outlines a federal request for proposals (RFP) for the maintenance and repair of government-owned welding equipment, identified by solicitation number W91ZLK-25-R-0013. It solicits bids under full and open competition, with firms classified under NAICS Code 811310 for Commercial and Industrial Machinery Repair and Maintenance, subject to a size standard of $12.5 million. The contract will be awarded based on a Firm-Fixed Price model and will span one base year plus two optional years, from July 1, 2025, to June 30, 2028. Proposals must include a Technical Proposal demonstrating capability to meet the Performance Work Statement (PWS) requirements and a Price Proposal detailing the firm prices. Offerors must show evidence of experienced personnel and a Quality Assurance Plan. Evaluation will follow a Lowest Price Technically Acceptable criteria, and proposals that are incomplete or unrealistically priced may be rejected. Submissions are due via email by 3:00 PM Eastern Time on June 19, 2025, with questions directed to designated contracting officers by June 4, 2025. This document serves as a formal solicitation for vendors to provide necessary services while ensuring compliance with federal procurement regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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, as outlined in solicitation number FA812526Q0016. This procurement falls under the NAICS code 811310, which pertains to the repair and maintenance of commercial and industrial machinery and equipment, excluding automotive and electronic items. The repair services are crucial for maintaining operational efficiency and reliability of the equipment used in various defense applications. Interested contractors should note that the proposal due date has been extended to December 16, 2025, at 12:00 PM CST, and must acknowledge receipt of the amendment to ensure their offers are considered. For further inquiries, potential offerors can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Laser Cutting Machine Preventive Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for preventive maintenance services on laser cutting machines at the Corpus Christi Army Depot in Texas. The procurement includes maintenance, calibration, and provision of parts for the equipment, ensuring adherence to a Performance Work Statement (PWS) that outlines specific tasks such as servicing the resonator and cleaning external mirrors. This opportunity is critical for maintaining the operational efficiency and longevity of government-owned laser cutting machinery. Interested contractors should refer to the attached solicitation documentation and note that the due date for offers has been extended to December 16, 2025; inquiries can be directed to Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or Jennifer Salyers at jennifer.l.salyers2.civ@army.mil.
    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.
    Troop Appliance Maintenance and Repair (TAMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM), Washington. This procurement involves providing non-personal services for the maintenance, repair, installation, and disconnection of appliances, as well as dryer duct and vent system cleaning for Unaccompanied Housing facilities. The contract, valued at approximately $19 million, will span from November 1, 2025, to March 31, 2030, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    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).
    WELDING MACHINE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Pearl Harbor), is seeking procurement for a welding machine classified under the PSC code 3431, which pertains to electric arc welding equipment. The specific requirements and objectives of this procurement are detailed in the attached justification document, which outlines the necessity for this equipment. Welding machines are critical for various defense operations, ensuring the integrity and durability of military equipment and infrastructure. Interested vendors can reach out to Michael Lampard at michael.lampard@navy.mil or by phone at 808-473-8000 for further information regarding this opportunity.
    Request for Proposal PR408353 Continuous Wave Laser Welder Station
    Energy, Department Of
    The Department of Energy, through UT-Battelle, LLC, is soliciting proposals for a Continuous Wave Laser Welder Station under Request for Proposal PR408353, with offers due by December 19, 2025. The procurement aims to acquire a single unit that meets specific technical specifications outlined in the attached documents, which include detailed requirements for the laser station's components and capabilities. This equipment is crucial for advanced welding applications at the Oak Ridge National Laboratory, enhancing operational efficiency and precision in research and development projects. Interested vendors should direct inquiries to Kevin Nelson at nelsonkr@ornl.gov or Terri Cleveland at clevelandtd@ornl.gov, and ensure compliance with all proposal requirements, including representations and certifications, as detailed in the solicitation documents.
    Welding and Soldering Supplies
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to provide welding and soldering supplies through a Blanket Purchase Agreement (BPA). This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, which are critical for naval operations. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, 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.