Search Contract Opportunities

Welding Equipment Maintenance, Repair, and Calibration

ID: W91ZLK-25-R-A003 • Type: Synopsis Solicitation

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; and request for proposals are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 (17 January 2025). The solicitation number for this request for proposal (RFP) is W91ZLK-25-R-A003.

This combined synopsis/solicitation is being issued as a small business set aside under the associated North American Industry Classification System (NAICS) Code 811310 Commercial and Industrial Machinery (except Automotive and Electronic) Repair and Maintenance. The size standard is $12,500,00.00. The Government contemplates award of a Firm-Fixed Price type contract in accordance with FAR Part 13, Simplified Acquisition Procedures. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following service. All offerors shall provide a price to perform the requirements of the attached Performance Work Statement (PWS) using the schedule of services attached.

Calibration and Repair Services for Government owned Welding Equipment - W91ZLK-25-R-A003. Price proposals shall include Firm Fixed Pricing for one (1) base year and two (2) option years of 12 months. The expected period of performance will be 1 July 2025 to 30 June 2028 for a total of 36 months.

INSTRUCTIONS AND INFORMATION TO OFFERORS:

52.212-1 Instruction to Offerors-- Commercial Items/Services

This clause applies in its entirety and there are currently no addenda to the provision.

Proposals shall be submitted in two (2) separate volumes:

Volume I: Technical Proposal: Welding Equipment Maintenance W91ZLK-25-R-A003

Volume II: Pricing Proposal Price proposals shall include Firm Fixed Pricing for one (1) base year and two (2) option years with a duration of twelve (12) months.

The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition.

FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition.

Acceptability of proposals will be based on meeting all the requirements of the Performance Work Statement (PWS). Failure to address each requirement will result in the proposal being rated unacceptable. The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions.

52.212-3 Offeror Representations and Certifications -- Commercial Items.

All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered.

Partial proposals will not be evaluated by the Government. The Government may reject any proposal that is evaluated to be unrealistic in terms of program requirements, contract terms or conditions, or an unrealistic high or low price when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program.

ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE:

W91ZLK-25-R-A003 PROPOSAL FROM (INSERT COMPANY NAME).

Proposal Format:

Volume I: Detailed Technical Proposal to include the following elements:

1. The offeror's proposal shall adequately describe and present a clear understanding of the requirements specified in the Performance Work Statement (PWS). The proposal provides evidence to demonstrate the ability to perform the required services as indicated in the PWS specifically paragraph C.2.

2. The contractor shall provide certified and trained technicians with a minimum of four years of experience and demonstrated knowledge in welding, cutting and sheet metal service fields. The proposal must demonstrate the personnel qualifications align with PWS paragraph C.1.6.1 and C.1.6.2.

3. Quality Assurance Plans in accordance with PWS paragraph C.1.7 and C.2.

Volume II: Detailed Price Proposal

1. Proposed Firm Fixed Price for one (1) base year and two (2) option years, on attached schedule of services. The Price Volume shall clearly identify the proposed firm fixed price unit prices with all estimated totals for CLINs.

2. This requirement shall be awarded on the basis of Lowest Priced Technically Acceptable.

All evaluated quotes shall be rated Technically Acceptable or Unacceptable. To be considered for an award, a rating of acceptable must be achieved in each factor. Offerors shall clearly articulate the technical approach (including risks and contingencies) for performing the work, an understanding of the requirement, and the capacity to perform the following services.

FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition.

Acceptability of proposals will be based on meeting all the requirements of the Performance Work Statement (PWS). Failure to address each requirement will result in the proposal being rated unacceptable. The contract will be awarded to the Lowest Priced Technically Acceptable (LPTA) offeror. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions.

52.212-3 Offeror Representations and Certifications -- Commercial Items.

All quotations from responsible sources will be fully considered. Offerors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Offerors may register with SAM by going to www.sam.gov

The offeror shall include a point of contact name and contact information, company CAGE code, UEI number, and TIN.

Partial quotes will not be evaluated by the Government.

Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer.

SUBMISSION PROCEDURES:

All questions regarding this solicitation must be submitted to the Contracting Officer Nikeena Brown and the Contract Specialist Julius Wood via email no later than 12:00 p.m. Eastern Time, 1 May 2025, to julius.a.wood.civ@army.mil or nikeena.s.brown.civ@army.mil.

Responses to this solicitation must be signed, dated, and received no later than 15:00 or 3:00 p.m. Eastern Time, 16 May 2025. Responses must be sent by email directly to the Contracting Officer Nikeena Brown and the Contract Specialist Julius Wood julius.a.wood.civ@army.mil or nikeena.s.brown.civ@army.mil.

Primary Point of Contact:

Julius Wood

Contract Specialist

julius.a.wood.civ@army.mil

LIST OF ATTACHMENTS:

Combined Synopsis/Solicitation
Performance Work Statement

Equipment List
Schedule of Services (To be submitted with Volume II: Price Proposal)
Contract Provisions and Clauses

NO TELEPHONE INQUIRES WILL BE HONORED

Background
This solicitation is issued by the Army Test Center (ATC), part of the Department of Defense (DOD), which supports military and commercial material developers by testing a wide range of equipment throughout its life cycle. The goal of this contract is to provide calibration and repair services for government-owned welding equipment, ensuring that the equipment remains operational and meets safety standards. This procurement is set aside for small businesses. The contract will be awarded as a Firm-Fixed Price type based on the lowest price technically acceptable evaluation.

Work Details
The contractor shall provide corrective maintenance and calibration services for welding, cutting, metal forming, and metal fabrication equipment located at Building 315 on Aberdeen Proving Ground. Services include:

1. Corrective Maintenance: Initiated within 24 hours after notification; includes diagnostic and repair services for all listed equipment.

2. Emergency Repairs: Initiated within 4 hours after notification; includes both diagnostic and repair services.

3. AWS Certified Welding Inspector Services: Provide welder certification testing procedures, training, and related services as needed.

4. Garnet Removal Services: Coordination with a pump truck service company for EPA-compliant disposal of used garnet and cutting particles.

5. Industrial Gases and Supplies: Provision of common industrial welding gases and supplies along with technical assistance.

6. Welding Consumables and Equipment: Supply welding wire, PPE, grinding wheels, etc., including procurement of new equipment as required.

Period of Performance
The period of performance is expected to be from July 1, 2025, to June 30, 2028, encompassing one base year with two option years.

Place of Performance
The contract will be performed at Aberdeen Proving Ground (APG), Maryland.

Overview

Response Deadline
May 16, 2025, 3:00 p.m. EDT Due in 7 Days
Posted
April 17, 2025, 6:49 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Aberdeen Proving Ground, MD 21005 United States
Source
SAM

Current SBA Size Standard
$12.5 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
$12,500,000 (value based on agency estimated range)
Signs of Shaping
75% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 4/17/25 ACC Aberdeen Proving Ground issued Synopsis Solicitation W91ZLK-25-R-A003 for Welding Equipment Maintenance, Repair, and Calibration due 5/16/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 811310 (SBA Size Standard $12.5 Million) and PSC J034.
Primary Contact
Name
Julius Wood   Profile
Phone
None

Secondary Contact

Name
Nikeena Brown   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation W91ZLK-25-R-A003

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W91ZLK-25-R-A003

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W91ZLK-25-R-A003

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W91ZLK-25-R-A003

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W91ZLK
Source Organization Code
500043680
Last Updated
April 17, 2025
Last Updated By
julius.a.wood.civ@mail.mil
Archive Date
May 31, 2025