SOLICITATION NOTICE
J -- Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
- Notice Date
- 9/25/2025 8:36:27 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
- ZIP Code
- 61299-0000
- Solicitation Number
- W519TC-25-Q-MESE
- Response Due
- 11/17/2025 11:00:00 AM
- Archive Date
- 12/02/2025
- Point of Contact
- Dustin Sexton, Phone: 5206930025, Bryce Willett
- E-Mail Address
-
Dustin.p.Sexton.civ@army.mil, bryce.t.willett.civ@army.mil
(Dustin.p.Sexton.civ@army.mil, bryce.t.willett.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Crane Army Ammunition Activity Maintenance and Repair of Manufacturing Equipment and System Used in Explosive and Non-Explosive Operational Environments W519TC-25-Q-MESE Combined Synopsis / Solicitation DESCRIPTION This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only solicitation; proposals are being requested, and a formal solicitation will NOT be issued. This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation Number is W519TC25QMESE for the Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. As a result of the updated Federal Acquisition Circular, a new clause, 52.204-27 Prohibition on a Byte Dance Covered Application (JUN 2023), has been incorporated into this solicitation and falls under 52.212-5. The NAICS code for this procurement is 811310 Commercial and Industrial Machinery and Equipment (Except Automotive and Electronic) Repair and Maintenance. The small business size standard for this NAICS is $12,500,000.00. The Product Service Code is J035 Industrial Products Install/Maintenance/Repair. Offerors must be registered within the System for Award Management (SAM) databased at time of response to this solicitation. The website for SAM is https://www.sam.gov/. ADDENDUM TO 52.212-1, INSTRUCTIONS TO OFFERORS � COMMERCIAL DESCRIPTION OF REQUIREMENT CLIN Description Period of Performance Date 0001 Equipment Quarterly Maintenance Date of Award � 365 days ADA 0002 Equipment Semi � Annual Maintenance Date of Award � 365 days ADA 0003 Equipment Annual Maintenance Date of Award � 365 days ADA 0004 Emergency Repairs Date of Award � 365 days ADA 1001 Equipment Quarterly Maintenance 366 days ADA � 731 days ADA 1002 Equipment Semi � Annual Maintenance 366 days ADA � 731 days ADA 1003 Equipment Annual Maintenance 366 days ADA � 731 days ADA 1004 Emergency Repairs 366 days ADA � 731 days ADA 2001 Equipment Quarterly Maintenance 732 days ADA � 1,096 days ADA 2002 Equipment Semi � Annual Maintenance 732 days ADA � 1,096 days ADA 2003 Equipment Annual Maintenance 732 days ADA � 1,096 days ADA 2004 Emergency Repairs 732 days ADA � 1,096 days ADA 3001 Equipment Quarterly Maintenance 1,097 days ADA � 1,461 days ADA 3002 Equipment Semi � Annual Maintenance 1,097 days ADA � 1,461 days ADA 3003 Equipment Annual Maintenance 1,097 days ADA � 1,461 days ADA 3004 Emergency Repairs 1,097 days ADA � 1,461 days ADA 4001 Equipment Quarterly Maintenance 1,462 days ADA � 1,826 days ADA 4002 Equipment Semi � Annual Maintenance 1,462 days ADA � 1,826 days ADA 4003 Equipment Annual Maintenance 1,462 days ADA � 1,826 days ADA 4004 Emergency Repairs 1,462 days ADA � 1,826 days ADA **See Attachment 0001 � Maintenance Services PWS 2025 V2; 16September2025, Attachment 0002 � Price Matrix; 25September2025, and Attachment 0005 ME Broad Equipment List FY26 for more information. TYPE OF ACQUISITION AND CONTRACT Award will be made using best value, resulting in a single award Firm Fixed Price Contract with a Time and Materials (T&M) CLIN for Emergency Repairs. PLACE OF PERFORMANCE Performance will be FOB Destination at the following: Crane Army Ammunition Activity 300 Highway 361 Crane, IN 47522-5001 PROPOSAL SUBMISSION REQUIREMENTS Offerors shall submit the following in response to this solicitation: Price � Offerors must submit Completed Price Matrix at Attachment 0002. All yellow-highlighted sections shall be completed. Prices shall be stated to 2 decimal places. 2. Completed Provision at Attachment 0003 � FAR 52.204-24, paragraph (d)(1) and (d)(2). 3. Completed Provision at Attachment 0004 � FAR 52.212-3 Alt 1, paragraph (b) only. 4. Completed Responses to the Questions provided in the RFQ Questionnaire in Attachment 0008 Additional Submission instructions: PART ONE: EVALUATION FACTOR 1 � TECHNICAL Quoters shall submit responses to the Responses to the RFQ Questionnaire provided at Attachment 0008 that correspond to this solicitation. Quoters shall provide specific/ specialized knowledge/ skills related to: Hydraulics Pneumatics Electronics Automation PLC Mechanical Aptitude Do not include specific (individuals�) names of Government and/or Contractor personnel. Do not include price/rates. PART TWO: EVALUATION FACTOR 2 � PRICE Quoters shall adhere to the Instructions on the Government provided Price Matrix (Attachment 0002) and fully complete ALL required fields. PART THREE: SITE VISIT It is REQUIRED that any interested offerors attend the initial open site visit. Any bidders that do not attend this open site visit, will not be eligible to receive a rating higher than �Good� on the Technical evaluation for this requirement. The site visit is scheduled for 23 October 2025 at Crane Army Ammunition in Crane, IN. Please provide a response via email if you will be attending the open site visit no later than 16 October 2025 at 1000 CST. There will be no extensions to this date. A statement of interest in the visit after 16 October 2025 1000 CST will not be accepted. Any interested bidders shall email a statement of interest to the Contracting Officer, Bryce Willett; Email bryce.t.willett.civ@army.mil and Contract Specialist, Dustin Sexton; Email dustin.p.sexton.civ@army.mil. Further instructions on the time and location will be provided via email to those interested offerors. The proposed site visit cannot be completed while any explosive operations are currently taking place at the facility. As part of the proposal, the contractor shall provide a Property Management Plan (PMP) to the Government for review via email. The Government does not have a preferred requirement for this submission's format, but proposals without a PMP will be rejected without further consideration. The contractor who is selected for award will be required to complete a Contractor Acquired Property (CAP) (READ ONLY) document provided by the Government. I draft version of this document has been added to the solicitation for review only at Attachment 0009. The PMP shall include the Contractors process for utilizing this CAP document to include submission frequency and plan for tracking CAP. BASIS FOR AWARD The Government will award one (1) Award to the offeror whose quote provides the best value to the Government using a tradeoff process. Best Value�: The expected outcome of the acquisition that, in the Government�s estimation, provides the greatest overall benefit in response to the requirement. 2. �Tradeoff�: The Government may accept other than the lowest priced Quotation, when the decision is consistent with the evaluation the evaluation criteria and the Government reasonably determines that the perceived benefits of a higher priced Quotation warrant the increase in price. The Government has established Technical and Price as the evaluation factors. The order of importance is as follows: Factor 1: Technical is more important than Price. 2. Factor 2: The Total Price is not expected to be the controlling criteria for this selection. However, Total Price evaluation is still important in this acquisition and Price must be able to be determined fair and reasonable. The importance of Factor 2 - Total Price will increase as the difference between Factor 1 - Technical decreases. 3. In accordance with Far 52.212-1(g), quotations are intended to be evaluated and the award made, without discussions unless discussions are determined necessary. 4. Total Price is calculated as the sum of all CLINs added together. EVALUATION CRITERIA The Government will evaluate Quotations as follows: FACTOR 1: TECHNICAL: The Government will evaluate Factor 1, Technical, using the following criteria: Demonstration of a clear understanding of the requirements and deliverables, and on the Offeror�s expressed ability to successfully perform. The offerors will be evaluated based on responses to three criteria: Technical Expertise/ Experience, Project Team, and Technical Approach. Specific/ specialized knowledge/ skills related to: Hydraulics Pneumatics Electronics Automation PLC Mechanical Aptitude If the Quotation sufficiently addresses the RFQ Questionnaire and demonstrates a clear understanding and ability to perform the requirement, then the Government will accept without further explanation that the contractor can perform all PWS requirements. The Quoter may discuss non-critical requirements. However, if the Quoter provides statements which cause the Government to question the Quoter�s ability to perform those non-critical requirements, such statements will be evaluated accordingly. Technical will be rated using the following standards in Table 1: Table 1 Technical Ratings Description Outstanding This rating is only available to those that have attended the site visit in addition to the following: Quotation meets requirements and indicates a thorough level of expertise and an understanding of the requirements. Quotation indicates an exceptional approach and understanding of the requirements and contains multiple strengths. Established team has an extensive background in explosive contaminated facility remediation to include utilizing remote operated waterjet segmentation. Quotation includes detailed previous project experience in the major contract requirements. Proposal includes a well thought-out proposed technical approach to each of the project�s phases. Acceptable Quotation meets requirements and indicates an adequate level of expertise and an understanding of the requirements. Established team has an extensive background in hazardous facility remediation and the major contract requirements including explosives familiarity, although little to no experience in remote operated explosive contaminated facility remediation specifically. Proposed technical approach is adequately addressed, but not specific. Strengths and Weaknesses are offsetting or will have little or no impact on task order performance. Risk of unsuccessful performance is moderate. Unacceptable Quotation does not meet requirements and contains one or more deficiencies. Team did not complete mandatory Site Visit per RFQ requirements. Appropriate team has not been established, or established team does not have sufficient experience to complete the project tasks without significant government oversight. Risk of unsuccessful performance is high. If this criterion is rated as Unacceptable, additional factors will not be evaluated and the Quotation is not eligible for award. Definitions Strength Strength is defined as a particular aspect of the Quoter�s submission that has merit or exceeds specified performance capability requirements in a way that will be advantageous to the Government during task order performance. Quoters meet requirements placing them in the above defined Technical Ratings of Acceptable and/or Outstanding. Deficiency Deficiency is defined as any material failure of a Quotation to meet a Government requirement or a combination of weaknesses in a Quotation that increases the risk of unsuccessful task order performance to an unacceptable level. Quoters that are rated in the above defined Technical Rating Unacceptable. FACTOR 2: PRICE The Government will evaluate Factor 2 � Price, for the following: Compliance: Quotations will be evaluated for compliance based upon the submission requirements contained in the solicitation. Price Reasonableness: The Quoter�s Price Quotation will be evaluated to determine reasonableness. In accordance with FAR 31.201-3, a price is reasonable if, in its nature and amount, does not exceed that which would be incurred by a prudent person in conduct of competitive business. Total Price is calculated as the sum of all CLINs added together. LISTING OF ATTACHMENTS Attachment 0001 � Maintenance Services PWS 2025 V2 (16SEP2025) Attachment 0002 � Price Matrix (25SEP2025) Attachment 0003 - FAR 52.204-24 Provision Attachment 0004 � FAR 52.212-3 Alt 1 provision Attachment 0005 � ME Broad Equipment List FY26 Revised Attachment 0006 � Wage Determination Attachment 0007 � Solicitation Provisions and Clauses Attachment 0008 � RFQ Questionnaire Attachment 0009 - Contractor Acquired Property (CAP) Report (Read Only) DEADLINE FOR SUBMISSION Offers are due on 17 November 2025 no later than 1:00 PM Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist, Dustin Sexton, dustin.p.sexton.civ@army.mil and Contracting Officer, Bryce Willett, Bryce.t.willett.civ@army.mil. Offerors shall include �W519TC25QMESE Quote � [Insert Offeror�s Name]� within the Subject Line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer listed above. Offerors shall include �W519TC25QMESE Questions � [Insert Offeror�s Name}� within the Subject Line. **Note: Interested offerors must submit any questions concerning this solicitation at the no later than 29 October 2025, to enable the Buyer to respond. Questions not received prior to 29 October 2025 will not be considered. Responses to questions will be provided no later than 05 November 2025. If needed, a final amendment will be submitted by 12 November 2025. End of Addendum 52.212-1
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f1e8a290aa39408298b8215ad63ab0d5/view)
- Place of Performance
- Address: Crane, IN 47522, USA
- Zip Code: 47522
- Country: USA
- Zip Code: 47522
- Record
- SN07604425-F 20250927/250925230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |