Locate Your Existing Business Registration
Please locate your business or entity by entering your CAGE Code, or UEI number and clicking the Search button.
Locate Your Existing Business Registration
Please search by CAGE Code, or UEI number
Important Dates
Posted Date: 04/18/2025
Response Date: 04/28/2025
Archive Date: 05/13/2025
More Opportunities
Solicitation Number:
W91ZLK-25-R-A001
Primary NAICS:
811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
Notice Type:
Combined Synopsis/Solicitation
Location:
Aberdeen Proving Ground Maryland 21005 USA
Set Aside:
SBA
Amendment One: Posted Questions and Answers, Update Provisions and Clauses, and Updated PWS on April 18, 2025.
Maintenance and Repairs for Army Test Center (ATC)
Mobile Crane Fleet
Combined Synopsis/Solicitation
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; quotes 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 requirement is W91ZLK-25-R-A001. This requirement has been deemed a Total Small Business Set-Aside under the associated North American Industry Classification System (NAICS) Code 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Government contemplates the award of a Firm-Fixed-Price (FFP) contract. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Simplified Procedures for Certain Commercial Items. Contractor shall provide a price to perform the requirements of the attached Performance Work Statement (PWS) using the schedule of services attached. This procurement will be evaluated as lowest price technically acceptable for the procurement of the following services:
Mobile Crane Maintenance and Repairs, Mobile Crane Fleet for Aberdeen Test Center (ATC). One (1) base year and three (3) option years.
This is a non-personal services contract to provide scheduled preventive maintenance, unscheduled repairs, recovery operations, repair/replace unserviceable parts, assemblies, subassemblies and components; refinish, fabricate and/or, make modifications to parts; repair accessories, auxiliary equipment, and perform minor body and structural repair, inspections, quality assurance, parts, tires, batteries, and petroleum product disposal, and other services on support vehicles and equipment outlined on the Density List (Appendix B). The equipment quantity in the inventory may vary as much as +/-2% or require +/-300 productive maintenance man-hours without a contract modification. Performance shall be in accordance with the terms and standards contained herein, including all referenced publications and instructions. These services will be reimbursed at supplier invoiced cost and freight costs incurred in obtaining the necessary parts and materials, except those identified as contractor furnished items. Additional details are located within the attached Performance Work Statement.
Place of performance shall be at ATC, in and around Aberdeen Proving Ground (APG) north and south (Edgewood Area) to include off-site locations in Carroll Island and Churchville, Maryland.
NO QUESTIONS FOR THE COMBINED SYNOPSIS/SOLICITATION WILL BE ACCEPTED VIA PHONE CALLS.
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.
All proposals from responsible sources will be considered. Offerors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Offerors may register with SAM by calling 1-866-606-8220 or online at www.sam.gov.
Offerors are cautioned to ensure that their proposals contain all necessary information and are complete in all respects as the Government does not intend to conduct discussions. Therefore, proposals shall represent the best and final offer of the Contractor.
Proposals shall be submitted in two (2) separate volumes:
1) All proposals shall be submitted via email with the subject line:
W91ZLK-25-R-A001 PROPOSAL FROM (INSERT COMPANY NAME)
2) Proposals shall be submitted in two (2) separate volumes labeled:
Volume I: Mobile Crane W91ZLK-25-R-A001 TECHNICAL Proposal
Volume II: Mobile Crane W91ZLK-25-R-A001 PRICE Proposal
3) Formatting
a. Page limitations: Volume I – 20-page limit and Volume II – 1 Page using attached Schedule of Services
b. Cover Page: Company Name, Unique Entity Identifier (UEI), Commercial and Government Entity (CAGE) code, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension if applicable. (Single cover page not included in page limitations)
All submissions shall be made in U.S. dollars.
Note: Offerors shall complete: FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Feb 2021); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020); and 52.204-26, Covered Telecommunications Equipment or Services-Representation. (OCT 2020 on www.beta.sam.gov or provide a completed copy of the clauses with the proposal)
Volume I - TECHNICAL/MANAGEMENT Proposal not to exceed 20 pages: Mobile Crane Maintenance and Repairs for ATC W91ZLK-25-R-A001 TECHNICAL
1.) The offeror’s proposal shall adequately describe and present a clear understanding of the requirements specified in the Performance Work Statement (PWS).
a. The proposal provides evidence to demonstrate the ability to respond to service calls and make repairs within the times specified in the solicitation, during the Planned Preventive Maintenance (PPM).
b. The proposal demonstrates the contractor’s best approach to meeting the inspection and maintenance requirements. The contractor demonstrates that he has the capability of supplying replacement parts for equipment within the response times listed in the Performance Work Statement.
2.) Key Personnel Qualifications: The Contractor shall include resumes of all key personnel to include:
c. Training Certificates and Crane Inspector Certifications, IAW PWS paragraph C.1.6.2
d. Relevant work experience of all personnel meets the minimum requirements cited in the Performance Work Statement.
3.) Past Performance: The Offeror shall provide two (2) prior contracts completed within the last five years. The prior contracts should showcase the offeror’s ability to manage a mobile crane inspection and repair program of comparable size and complexity to the program outlined in the solicitation. For each past performance reference, offerors shall complete the Attachment 3 Past Performance Information. The Offeror shall identify if it was the prime contractor or a subcontractor for each contract or project identified.
Volume II - Detailed PRICE Proposal: Mobile Crane Maintenance and Repairs for ATC W91ZLK-25-R-A001
1.) Offerors shall submit pricing in accordance with Pricing Schedule, Attachment 4. The resultant contract will be Firm Fixed Price with one (1) base year and three (3) optional years, each a duration of twelve (12) months.
The Price Volume shall clearly identify the proposed firm-fixed prices for services/labor, parts and material unit prices with all estimated totals for CLINs. Proposals shall be submitted in the provided CLIN structure, using Attachment 4 Pricing Schedule.
2.) Unscheduled Repairs: For the purposes of evaluation, Offerors shall assume the below scenario-based repairs and include labor and material/parts pricing accordingly:
a. Unscheduled Repair. The Contractor is notified that an unscheduled repair is required for the replacement of four (4) Crane tires.
b. Unscheduled Repair. The Contractor is notified that an unscheduled repair is required for the replacement multiple cylinders, hoses and seals.
c. Unscheduled Repair. The Contractor is notified that an unscheduled repair is required for the replacement right lay rotational cable.
For the purpose of this solicitation an unscheduled repair occurs outside of the normal, routine maintenance service schedule.
3.) Offerors shall include any and all assumptions made in the development of its price quotation.
BASIS FOR AWARD:
The award will be made to one responsible offeror whose proposal is determined to be technically acceptable, and lowest priced. To receive consideration for an award, an “Acceptable” rating must be achieved for all the non-cost evaluation factors: Technical Approach. Price will be evaluated in accordance with FAR 15.404-1 Proposal analysis techniques. Price will be the determining factor for proposals rated as acceptable for the non-cost factors. Price analysis using one or more methods listed under FAR 15.404-1(b) will be used to ensure that the proposal will result in a fair and reasonable price.
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.
SUBMISSION PROCEDURES:
All questions regarding this solicitation must be submitted to the Contract Specialist, Ike Wright via email no later than 1600 or 4:00 P.M. Eastern Time, 11 April 2025, to Ike.a.wright2.civ@army.mil, Secondary POC: Christine Orr Christine.n.orr.civ@army.mil .
All questions will be answered via an amendment to the solicitation on www.sam.gov.
Responses to this solicitation must be signed, dated, and received no later than 1600 or 4:00 P.M.: Eastern Time, 28 April 2025. Responses must be sent by email directly to the Contracting Officer Nikeena Brown at Nikeena.s.brown.civ@army.mil and Contract Specialist, Ike Wright, at Ike.a.wright2.civ@army.mil.
TELEPHONE REQUESTS WILL NOT BE HONORED.
LIST OF ATTACHMENTS:
Attachment 1 - Combined Synopsis/Solicitation
Attachment 2 – Performance Work Statement
Attachment 3 – Past Performance Questionnaire (To be submitted with Volume I: Technical Proposal)
Attachment 4 – Pricing Worksheet/Schedule of Services (To be submitted with Volume II: Price Proposal)
Attachment 5 – Contract Provisions and Clauses
If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET
With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.