Search Contract Opportunities

W519TC-25-Q-TAME - Preventative Maintenance & Emergency Services

ID: W519TC-25-Q-TAME_V2 • Type: Synopsis Solicitation
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This announcement is for notification (a notice) only that a solicitation is being issued for Preventative Maintenance, Calibration, and Emergency Services for Crane Army Ammunition Activity (CAAA) Thermal Analysis and Microcalorimetry Equipment.

The solicitation number is W519TC-25-Q-TAME.

The Government has an approved Justification and Approval for Other Than Full and Open Competition (Attachment 0007) and is only seeking a quote from TA Instruments-Waters LLC.

Army Contracting Command-Rock Island (ACC-RI) intends to solicit and negotiate with only one source, TA Instruments-Waters LLC, under the authority of FAR 13.106-1(b)(1), Purchases not exceeding the simplified acquisition threshold, urgency, exclusive licensing agreements, brand name, or industrial mobilization.

The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-003. 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 associated NAICS code is 811210.

Offeror 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

The Government anticipates award of a firm fixed price with a T&M CLIN to TA Instruments-Waters LLC.

PROPOSAL SUBMISSION REQUIREMENTS:

The Government is requesting TA Instruments-Waters LLC submit the following in response to this solicitation BY 1:00PM CST 04JUNE2025:

  1. Price Offerors must submit Completed Price Matrix at Attachment 0002. All 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.

BASIS FOR AWARD:

The Government intends to make an award after determination that the price is reasonable, and the offeror is responsible. Price Analysis shall be used to determine price reasonableness; additional methods of price analysis may be used as determined by the contracting officer. These methods of evaluation may include information/input from sources such as (but not limited to) other Governmental agencies and personnel. The Government reserves the right to require the submission of any data (I.e. Data other Than Certified Cost or Pricing Data necessary to validate the reasonableness of an offer.

Background
The U.S. Army Contracting Command-Rock Island (ACC-RI) is issuing a solicitation for preventative maintenance, calibration, and emergency services for thermal analysis and microcalorimetry equipment used by the Crane Army Ammunition Activity (CAAA).

The goal of this contract is to ensure that these specialized instruments, which are owned by CAAA and built by TA Instruments, are maintained to meet operational specifications and qualifications.

The contract is being pursued due to the unique requirements of the equipment and the necessity for factory-trained engineers to perform services.

Work Details
The contractor shall provide the following services:
1. One preventative maintenance/calibration service visit per year for each system identified in the Performance Work Statement (PWS).
2. All consumable preventive maintenance supplies (solvents, wipes, calibration standards, etc.) and tools must be furnished by the contractor.
3. If equipment fails calibration or requires preventative replacement, a cost estimate for repairs must be provided to CAAA’s Quality Control Chemist.
4. All standards or reference materials used must be certified NIST materials or traceable equivalents.
5. Accredited calibration certificates and preventative maintenance reports must be provided upon completion of service or repair.
6. A verification sticker/label must be affixed to each component after service completion.
7. The contractor must respond to emergency requests within 48 hours via email or phone.
8. The contractor shall notify CAAA of any return visits needed for repairs and obtain prior approval before proceeding with repairs.

Period of Performance
The contract will have a base year for preventative maintenance with one option year, along with a Time & Materials Contract Line Item Number (CLIN) for emergency services throughout the life of the contract.

Place of Performance
The services will be performed at Crane Army Ammunition Activity located at Rock Island Arsenal, Rock Island, IL.

Overview

Response Deadline
June 4, 2025, 2:00 p.m. EDT Past Due
Posted
May 29, 2025, 2:06 p.m. EDT
Set Aside
None
Place of Performance
Crane, IN 47522 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Sole Source
Signs of Shaping
The solicitation is open for 5 days, below average for the ACC Rock Island. 61% of similar contracts within the Department of the Army had a set-aside.
On 5/29/25 ACC Rock Island issued Synopsis Solicitation W519TC-25-Q-TAME_V2 for W519TC-25-Q-TAME - Preventative Maintenance & Emergency Services due 6/4/25. The opportunity was issued full & open with NAICS 811210 and PSC J066.
Primary Contact
Name
Dustin Sexton   Profile
Phone
(520) 693-0025

Secondary Contact

Name
Bryce Willett   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation W519TC-25-Q-TAME_V2

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W519TC-25-Q-TAME_V2

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W519TC-25-Q-TAME_V2

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W519TC-25-Q-TAME_V2

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RI
FPDS Organization Code
2100-W519TC
Source Organization Code
500181913
Last Updated
June 19, 2025
Last Updated By
dustin.p.sexton.civ@army.mil
Archive Date
June 19, 2025