VALVE, LINEAR, DIRECT
Agency: DLA Land and Maritime
Location: Alabama
NAICS: 332919
| Agency | Tank-Automotive and Armaments Command |
|---|---|
| Deadline | 05/19/26 |
| Posted | 05/05/26 |
| Estimated Value | $150,000 - $500,000 (AI estimate) |
| Set Aside | None |
| NAICS | 811210 - Electronic and Precision Equipment Repair and Maintenance |
| PSC | J066 - Maint/Repair/Rebuild Of Equipment- Instruments And Laboratory Equipment |
| Location | Anniston, AL 36201 United States |
- 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.
This requirement is for the unlimited on-call emergency repairs and annual inspection/alignment for the (2) Government owned Endeavor III Coordinate Measuring Machines (CMM) S/N 0212-6504UA located at Anniston Army Depot (ANAD). See Attachment 1 Statement of Work. Period of Performance: 26 May 27 - 25 May 32. 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 19 May 26 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) code 811210 -Electronic and Precision Equipment Repair and Maintenance Size Standard $34.0 MIL. 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 19 May 26 will be answered. 7.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Coordinate Measuring Machine. 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 unlimited on-call emergency repairs and annual inspection/alignment for two Government-owned Endeavor III Coordinate Measuring Machines (CMM) located at Anniston Army Depot (ANAD). The goal of this contract is to ensure the machines are maintained in optimal working condition, thereby supporting the mission of the Army. Work Details The contractor will provide unlimited on-call emergency repairs and annual inspection/alignment for the two CMMs. This includes: - Performing all necessary tasks to restore the machines to 100% performance level, including labor, tools, diagnostic equipment, transportation, schematics, documentation, software upgrades, and any other services required. - Emergency repairs must be conducted by experienced personnel who can respond within 72 hours of notification. Charges for these services will include travel, labor, repair parts, etc., invoiced at published prices. - Annual inspections will require adjustments to ensure alignment and tolerance requirements are met according to original specifications. A detailed inspection report must be provided post-alignment. - The contractor must supply all necessary tools and parts for maintenance and inspections. Any replacement parts must be approved by the Anniston Army Depot prior to installation. Period of Performance The period of performance for this contract is from May 26, 2027, to May 25, 2032. Place of Performance The contract will be performed at Anniston Army Depot (ANAD), specifically in buildings #145 and #129.
| Contact name | Christopher R. Wells |
|---|---|
| Contact email | christopher.r.wells36.civ@army.mil |
| Contact phone | None |
| Secondary contact name | Ashley Randolph |
| Secondary contact email | ashley.s.randolph.civ@army.mil |
| Secondary contact phone | None |
Agency: DLA Land and Maritime
Location: Alabama
NAICS: 332919
Agency: Coast Guard
Location: Alabama
NAICS: 532289
Agency: Engineering Support Center Huntsville
Location: Alabama
NAICS: 541512
Agency: Tank-Automotive and Armaments Command
Location: Alabama
NAICS: Not Provided