Industrial Machine Maintenance
ID: W911N225R0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Industrial Machine Maintenance services at the Letterkenny Army Depot in Pennsylvania. The contract requires qualified contractors to provide emergency and preventative maintenance, ensuring minimal downtime for critical industrial machinery, with a base performance period of one year and two optional extensions. This procurement is vital for maintaining operational efficiency and compliance with safety standards, including adherence to ISO 45001 and OSHA regulations. Interested parties must submit their proposals by March 27, 2025, and can direct inquiries to Danielle Rhone or Thomas C. Hall via the provided contact information.

    Files
    Title
    Posted
    The document outlines key requirements and instructions for participating in a government solicitation, focusing on the importance of registration in the System for Award Management (SAM) and submission guidelines for proposals. Offerors must ensure active SAM registration, including notarized letters for new and renewing vendors, and complete annual representations and certifications. Questions regarding the solicitation should be directed to the Contracting Officer, Thomas Hall, at least five days before the closing date. The government intends to award contracts without discussions, so initial offers should reflect the best pricing. The document emphasizes that all proposals must be signed by an authorized individual and clearly indicates that this contract is set aside for small business concerns. Payment details specify that electronic funds transfer will be used, and specific insurance requirements for contractors are outlined. Additionally, a site visit is scheduled, and attendees must follow strict access and safety protocols. Finally, it encourages resolving concerns through an alternative protest procedure before escalating to the General Accountability Office. Overall, the document serves as a comprehensive guide for potential offerors outlining registration, proposal submission requirements, and guidelines for a successful bid in the government contracting process.
    The document outlines the Contract Data Requirements List (CDRL) for Industrial Machine Maintenance Services, detailing the procedures for submitting a Preventive Maintenance (PM) Report. It specifies that a PM report must be submitted digitally upon completion of each maintenance task, per established guidelines, emphasizing accurate and timely data submission. The form requires various information fields including contract line item numbers, titles, authorities, requiring offices, pricing group, and distribution details. Instructions for completing the form clarify content entries, differentiating between categories like Technical Data Package and Technical Manual, and stressing the importance of compliance with government requirements for documentation. Key items address pricing estimation for data items based on their necessity and development work required. The CDRL aims to streamline data collection, ensuring contractors meet the necessary regulatory standards while facilitating oversight by government authorities. This document plays a vital role in federal and state procurement processes, ensuring contractors deliver pertinent maintenance data efficiently and in compliance with government mandates.
    The Performance Work Statement (PWS) outlines the requirements for a contract to provide Industrial Machine Maintenance Services at Letterkenny Army Depot (LEAD). The contractor is responsible for personnel, equipment, and materials necessary for emergency and non-emergency repairs, Preventative Maintenance (PM) services, and OEM upgrades for specific industrial machines. The contract has a base performance period of one year, with two optional extensions. Key requirements include maintaining quality control and assurance, adhering to safety regulations, conducting thorough preventive maintenance, and ensuring timely reporting of tasks completed. The contractor must comply with federal, state, and local regulations relating to safety and environmental concerns. Additionally, the document emphasizes employee training in safety and security protocols, proper waste disposal, and ongoing communication with the Contracting Officer's Representative (COR). The contractor must furnish all equipment and materials not provided by the government while coordinating logistics for the maintenance services. Overall, the PWS details a comprehensive approach to mitigate downtime impacts from machine failures, ensuring operational efficiency at LEAD through stringent maintenance standards.
    This document outlines Preventive Maintenance (PM) checklists for various CNC machines, including models from HAAS, MAZAK, INGENSOLL, and others. Each model includes specific tasks to be performed, such as checking oil levels, air pressure, lubrication systems, and various operational components to ensure machines run efficiently and safely. Key procedures involve checking and replacing filters, greasing moving parts, and recording hour meter readings to track machine usage. The document is structured by machine brand and model, providing clear, actionable maintenance steps. This comprehensive PM guidance aims to enhance the reliability and longevity of industrial equipment under government contracts, aligning with federal and state regulations for maintaining operational machinery in critical industries.
    The document outlines a comprehensive pricing schedule for annual preventative maintenance (PM) services of various industrial machines, primarily focusing on CNC machines, milling equipment, and other manufacturing tools. The list includes detailed information such as asset numbers, serial numbers, and specific equipment types for brands like HAAS, MAZAK, STRIPPIT, and TRUMPF, along with their respective annual PM designations. Each entry is structured to provide a clear identification of the service required, demonstrating a thorough and organized approach to machine maintenance procurement. This pricing schedule serves as part of the request for proposals (RFPs) required for federal grants and state/local RFPs, indicating the government's commitment to maintaining high operational standards for industrial machinery. By establishing a clear service agenda and associated costs for maintenance, the document highlights the necessity for proper resource allocation and oversight in government procurement processes, ensuring machinery reliability and compliance with safety standards in federal operations. The overall organization of the pricing structure illustrates the government's strategic planning in managing operational efficiency through preventive maintenance services.
    The document outlines a comprehensive listing of machinery requiring preventive maintenance, categorized primarily into Mill/Lathe Machines, Flow & PAR Waterjets, ONA Wire EDM Cutter Machines, and miscellaneous machines including laser systems and press brakes. It details various manufacturers, models, and their corresponding asset and serial numbers, facilitating efficient tracking and maintenance planning. The list highlights machines from prominent manufacturers such as HAAS CNC, MAZAK, INGEROLL, and STRIPPIT LVD, among others, ensuring a broad spectrum of equipment is covered. The preventive maintenance program focuses on ensuring operational efficiency and longevity of machinery, which is crucial for government contracts and grants related to manufacturing and production. This document serves as a resource for procurement and maintenance management, aligning with the government's need for systematic planning in asset management. By detailing the machinery requiring attention, it aims to enhance operational reliability and compliance in line with federal and state maintenance standards.
    The Department of the Army's Letterkenny Army Depot (LEAD) has issued a memorandum concerning the maintenance and repair services for its industrial machines. The contractor will be responsible for emergency and preventative maintenance, ensuring minimal downtime to support LEAD's production and delivery schedules. The service contract has a base duration of one year with two additional optional years. Key requirements include adherence to various safety standards, including ISO 45001 and OSHA regulations, with specific emphasis on the proper use of Personal Protective Equipment (PPE), and compliance with safety management systems. The memorandum underscores the contractor's responsibility for training and licensing of personnel, hazard assessments before work begins, and stringent approval procedures for hazardous materials to ensure safety at LEAD's worksite. It also mandates that contractors adhere to machine guarding and lockout/tagout procedures to mitigate risks during repairs and maintenance. This initiative reflects LEAD's commitment to maintaining safety and operational efficiency through rigorous oversight of contracted maintenance services.
    The document outlines the Contract Data Requirements List (CDRL) specifically for Industrial Machine Maintenance Services, detailing the training requirements each contractor employee must complete regarding security and operational awareness. It highlights three types of mandated training: Anti-Terrorism (AT) Level I, iWATCH, and Operations Security (OPSEC), each with specific completion timelines following the contract award. Contractors must submit completion certificates to the Contracting Officer Representative (COR) within specified periods post-training completion. Additionally, it provides guidance for filling out the DD Form 1423, clarifying roles, responsibilities, and submission details for data items required by the government under the contract. The overall purpose is to ensure that contractor personnel are adequately trained to maintain security in government facilities and adhere to contract stipulations efficiently. Compliance with the training protocols is emphasized as essential for gaining access to Army installations and carrying out maintenance tasks in a secure environment.
    The document is a Contract Data Requirements List (CDRL) form, specifically DD Form 1423-1, which outlines the requirements for the submission of a Safety Data Sheet (SDS) related to Industrial Machine Maintenance Services. The form mandates that all shipped chemical products, such as engine oil, must have a current SDS included with them. The contractor is responsible for providing any safety messages or recalls to the Contracting Officer's Representative (COR) within five days of awareness. Instructions for completing the form detail the various sections, including contract line item numbers, data item titles, and the specifics around the submission frequency and requirements. The form allows for categorization of data types, marking the importance and frequency of required submissions, and specifies different pricing groups for estimating costs related to data preparation. Overall, the document emphasizes compliance with safety and data submission protocols, underlining the responsibility of contractors to ensure that safety documentation is accurately provided and updated in accordance with government standards.
    The document outlines the requirements for a Contract Data Requirements List (CDRL) associated with Industrial Machine Maintenance Services. It specifies conditions for submitting a Preventive Maintenance (PM) Checklist, highlighting its significance in maintaining machinery at the Letterkenny Army Depot. The CDRL includes various fields such as the title of the data item, frequency of submission, and details about the contractor and contracting office. The document also provides instructions for completing the form, detailing the necessary information regarding data categories, submission timelines, and approval processes. Additionally, it defines four price groups related to the data items, which categorize the relative importance and cost implications tied to the preparation and delivery of the required data as specified by the government. This structure aids in regulating the quality and consistency of maintenance data while ensuring compliance with government standards. Overall, the document serves as a procedural tool for organizations responding to federal solicitations, ensuring that they deliver essential maintenance documentation in an organized and compliant manner.
    The document outlines a solicitation (W911N225R0005) for a contract involving annual preventative maintenance and repair services for equipment at the Letterkenny Army Depot. The primary objective is to invite qualified contractors to provide preventative maintenance, emergency repair services, and non-emergency repair services as per specified performance work statements. Key details include the requirement for comprehensive service from labor to materials, with estimates for each service outlined in separate line items. The pricing structure involves firm-fixed prices (FFP) as well as time-and-materials (T&M) rates for unresolved and emergency repairs. The contract specifically emphasizes the need for compliance with regulations outlined in the Federal Acquisition Regulation (FAR), including clauses related to small business considerations, contract management, and governmental specifications. Important deadlines for proposal submissions are established, requiring that completed offers be submitted by the due date of March 27, 2025. Additionally, the document includes necessary clauses, inspection acceptance terms, and delivery information, reinforcing the government's commitment to transparency and accountability in acquiring necessary maintenance services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Letterkenny Army Depot Hybrid, Firm-Fixed-Price (FFP) and Time-and-Materials (T&M) requirements service contract to perform maintenance, repair and software support for the Testek Hydraulic Pump, Motor and Reservoir Test Station Model 720020
    Buyer not available
    The Department of Defense, through the Letterkenny Army Depot, is soliciting proposals for a hybrid service contract to provide maintenance, repair, and software support for the Testek Hydraulic Pump, Motor, and Reservoir Test Station Model 720020. The contractor will be responsible for delivering technical assistance, repair parts, and training services, ensuring rapid response times for support and compliance with stringent safety and regulatory standards. This contract is crucial for maintaining operational efficiency and safety at the depot, with a performance period from May 1, 2025, to April 30, 2026, and options for two additional years. Interested parties must submit their proposals by March 7, 2025, and can contact David T. Serotkin at david.t.serotkin.civ@army.mil or 717-267-5372 for further information.
    LVD Strippit Preventative Maintenance and Emergency Services
    Buyer not available
    The Department of Defense, specifically the Army, is seeking contractors to provide preventative maintenance and emergency services for LVD Strippit machinery at the Tobyhanna Army Depot in Pennsylvania. The contract encompasses non-personal services, including personnel, equipment, supplies, and transportation necessary for the maintenance and repair of four specified machines, with a focus on ensuring operational efficiency through regular maintenance schedules. This procurement is critical for maintaining the functionality of equipment that supports the Depot's operations, emphasizing the importance of quality control, security clearances, and environmental compliance. Interested parties can contact Nicole Tokash at nicole.tokash.civ@army.mil or by phone at 570-615-7569 for further details.
    Mission Breathable Air Maintenance Service Contract
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Tobyhanna Army Depot, is seeking proposals for the Mission Breathable Air Maintenance Service Contract. This contract involves providing preventative maintenance and emergency repair services for breathable air systems, ensuring optimal functionality and compliance with stringent safety and environmental regulations. The services are critical for maintaining the operational readiness of air systems used in military applications. Interested contractors must submit their proposals by March 3, 2025, following a mandatory site visit on February 20, 2025, and can direct inquiries to Dean Berkovics at dean.m.berkovics.civ@army.mil or by phone at 570-615-6627.
    FY 25 Preventative Maintenance on and Repairs to Caterpillar, Volvo and John Deere Equipment and Engines
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Philadelphia District is seeking qualified contractors for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines as part of a Sources Sought Notice for Fiscal Year 2024. The procurement aims to assess industry interest and ensure a sufficient pool of contractors, both large and small, capable of performing essential maintenance tasks, including fluid sample testing and emergency/non-emergency repairs on specified heavy equipment. This IDIQ contract will span multiple years, with performance periods running from approximately April 21 to April 20 each year until April 2030, covering various locations in Pennsylvania, New Jersey, Delaware, and Maryland. Interested contractors must submit their qualifications and capability statements via email to Tiffany Chisholm by November 14, 2024, and must be registered in the System for Award Management (SAM).
    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.
    ACC-APG, Tobyhanna Division FY25 Fair Opportunity
    Buyer not available
    The Department of Defense, through the Tobyhanna Army Depot, is issuing a special notice for the FY25 Fair Opportunity, inviting proposals for various maintenance and construction services. The procurement encompasses a range of projects, including maintenance for generators, uninterruptible power supplies, and water-based sprinkler systems, with contract types primarily being Firm-Fixed-Price and Hybrid Time-and-Materials. These contracts are crucial for maintaining operational efficiency and infrastructure development at the depot, with estimated values ranging from $250,000 to $500 million and performance periods extending into fiscal year 2025. Interested vendors can reach out to primary contact Jenny Croughn at jenny.a.croughn.civ@army.mil or by phone at 570-615-7232 for further details.
    Tobyhanna Army Depot Radome Crane Service and Operator
    Buyer not available
    The Department of Defense is soliciting proposals for crane services and operators at the Tobyhanna Army Depot in Pennsylvania, specifically for the installation of a radome for the Large Fixed Antenna. The contractor will be responsible for providing a certified crane capable of hoisting a 9,000-pound radome cap to a height of 50 feet, with operations scheduled between April 1 and May 1, 2025. This procurement emphasizes compliance with federal regulations, safety protocols, and quality assurance measures, reflecting the critical nature of the services in supporting military operations. Interested parties should contact Dean Berkovics at dean.m.berkovics.civ@army.mil or call 570-615-6627 for further details and to ensure their proposals align with the outlined requirements.
    Naval Surface Warfare Center Carderock Divisions Equipment Maintenance Blanket Purchase Agreement
    Buyer not available
    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.
    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.
    Building and Equipment Life Cycle Management for Preventive and Demand Maintenance Through Aberdeen Proving Ground Facility Management Support (FMS), General Fund Enterprise Business System (GFEBS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking vendors for a contract focused on Building and Equipment Life Cycle Management through the General Fund Enterprise Business System (GFEBS) and Facility Management Support services at Aberdeen Proving Ground (APG). The primary objective is to identify potential sources capable of fulfilling a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract to support the Department of Public Works (DPW) in managing preventive and demand maintenance across multiple facilities. This initiative is crucial for maintaining operational efficiency and compliance with Army regulations, ensuring effective asset, work order, and inventory management while adhering to strict data integrity and security protocols. Interested parties must submit capability statements by March 13, 2025, and can contact Scott Nunley at scott.e.nunley.civ@army.mil or Donna Poteat at donna.n.poteat.civ@army.mil for further information.