Search Contract Opportunities

Sciaky Welders

ID: W911KF-25-S-0015 • Type: Sources Sought

Description

REQUEST FOR INFORMATION

Anniston Army Depot

Sciaky Welders

  1. Description

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes and does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. If a solicitation is released, it will be synopsized in the same manner as this notice, at beta.sam.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

  1. Background

This requirement is for the establishes the requirements for on-site emergency repair, telephone technical support, and preventive maintenance for twelve12) Inside Diameter/Outside Diameter (ID/OD) recuperator resistance seam welders located at Anniston Army Depot (ANAD), Anniston, Alabama. Six (6) welders located in Building 133. Two (2) Sciaky ID/OD recuperator, upgraded resistance seam welders, type GMRX-50 (Machines 11 and 12), and four (4) Sciaky ID/OD recuperator, legacy resistance seam welders, type GMRX-50 (Machines 642-5, 642-6, 642-9, and 642-10) located in Building 134. The contract term shall be for a one-year base period beginning with the award date, plus four (4) one-year options. . See Attachment 1 STATEMENT OF WORK. Period of Performance or Delivery Date (choose based on requirement): Estimated Period of Performance: 1 Oct 25

3.0 Requested Information

3.1 Capability Statement, which includes any past performance examples of similar projects.

3.2 Recommended Contracting Strategy

3.3 Input/Responses on the following:

3.3.1 Are there enough details to assemble an accurate hardware price? If not, please identify shortcomings or other necessary information.

3.3.2 Are there enough details to assemble an accurate software and integration/installation price that will meet the Government's requirement? If not, please identify shortcomings or other necessary information.

3.3.3 What additional information, if any, would be necessary to formulate a transition plan?

3.3.4 What sections, if any, require additional definition in order to properly specify your product?

3.3.5 Is the estimated Period of Performance time sufficient? If not, what would your firm propose?

3.3.6 Any additional questions/concerns/input your firm may have in regards to this Statement of Work (SOW).

4.0 Responses

4.1 Interested parties are requested to respond to this RFI via MS Word document by responding to the Point of Contact (POC) below.

4.2 Responses are due no later than 5 May 25 AT 10 AM CST. Responses shall be limited to those items referenced in section 3.0 and 4.3 and shall be submitted via e-mail only to Reese Wells, christopher.r.wells36.civ@army.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.

4.3. Responses shall provide administrative information, and shall include the following as a minimum:

4.3.1 Company Name, mailing address, and CAGE code.

4.3.2 Name, mailing address, phone number, and e-mail of designated point of contact.

4.3.3 Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) 333992- Welding and Soldering Equipment Manufacturing , Size Standard 1,250 employees.

5.0 Industry Discussions

Anniston Army Depot representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements and any other items specified herein.

6.0 Questions

Questions regarding this announcement shall be submitted in writing by e-mail to christopher.r.wells36.civ@army.mil. Verbal questions or phone calls will NOT be accepted. Questions will be answered by posting responses to the beta.sam.gov website. Accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 5 May 2025 will be answered.

7.0 Summary

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Sciaky Welders. The information provided in the RFI is subject to change and is not binding on the Government. The Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.

Background
This requirement is for on-site emergency repair, telephone technical support, and preventive maintenance for twelve (12) Inside Diameter/Outside Diameter (ID/OD) recuperator resistance seam welders located at Anniston Army Depot (ANAD), Anniston, Alabama.
The contract includes six (6) welders in Building 133 and two (2) upgraded and four (4) legacy welders in Building 134.
The contract term is for a one-year base period with four (4) one-year options.

Work Details
The contractor shall provide on-site emergency repair and preventive maintenance support for the twelve (12) ID/OD recuperator resistance seam welders.
This includes:
- Six (6) Sciaky type GMRX-50 single-phase, computer-controlled, electric resistance seam welding machines in Building 133.
- Two (2) upgraded Sciaky ID/OD recuperator resistance seam welders, type GMRX-50 (Machines 11 and 12) in Building 134.
- Four (4) legacy Sciaky ID/OD recuperator resistance seam welders, type GMRX-50 (Machines 642-5, 642-6, 642-9, and 642-10) in Building 134.
The contractor will perform a minimum of four prescheduled preventive maintenance checks per machine annually, which includes inspecting drives, cleaning connections, checking calibration of the weld force system, testing cooling systems, and overhauling weld seam heads as required.
All labor, tools, documentation, test equipment, and materials necessary for these services must be provided by the contractor.

Period of Performance
Estimated Period of Performance: October 1, 2025.

Place of Performance
Anniston Army Depot (ANAD), Anniston, Alabama.

Overview

Response Deadline
May 13, 2025, 11:00 a.m. EDT Past Due
Posted
April 29, 2025, 4:24 p.m. EDT
Set Aside
None
Place of Performance
Anniston, AL 36201 United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
Experimental
$500,000 - $2,000,000 (AI estimate)
Odds of Award
28%
Signs of Shaping
81% of similar contracts within the Department of the Army had a set-aside.
On 4/29/25 Tank-Automotive and Armaments Command issued Sources Sought W911KF-25-S-0015 for Sciaky Welders due 5/13/25. The opportunity was issued full & open with NAICS 333992 and PSC 3439.
Primary Contact
Name
Reese Wells   Profile
Phone
None

Documents

Posted documents for Sources Sought W911KF-25-S-0015

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought W911KF-25-S-0015

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W911KF-25-S-0015

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W911KF-25-S-0015

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC WRN
FPDS Organization Code
2100-W911KF
Source Organization Code
500045868
Last Updated
April 29, 2025
Last Updated By
christopher.r.wells36.civ@army.mil
Archive Date
May 28, 2025