Inactive
Notice ID:W911N2-23-R-0020
Letterkenny Army Depot intends to issue a Hybrid T&M and Firm Fixed Price Purchase Order contract for non-personal services to perform emergency, non-emergency, repairs, and Preventative Maintenance (...
Letterkenny Army Depot intends to issue a Hybrid T&M and Firm Fixed Price Purchase Order contract for non-personal services to perform emergency, non-emergency, repairs, and Preventative Maintenance (PM) on the Automated Storage and Retrieval Systems (ASRS) located in building 350 and 370 on Letterkenny Army Depot (LEAD). A Performance Work Statement will be provided with the solicitation. The period of performance of this contract will include one base year and two options years. The procurement will be a Full and Open Competition. The 2022 North American Industrial Classification System (NAICS) code 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, the size standard is $12.5 million and the service code is J036 – Maint/Repair/Rebuild Of Equipment- Special Industry Machinery. This will be Freight On Board (FOB) destination to Letterkenny Army Depot, Chambersburg, PA 17201-4150. Solicitation number W911N2-23-R-0020 will be released on or about 5 MAY 2023, with a closing date on or about 6 JUN 2023. The annotated closing date for the solicitation is an estimated date and may be adjusted dependent upon the release of the solicitation. The solicitation will not close prior to the annotated closing date. All interested sources may submit a proposal, which shall be considered by this agency. A copy of the solicitation can be downloaded from https://www.sam.gov on or about 5 MAY 2023. It is noted that offerors must be registered in the System for Award Management (SAM) Database to receive a Government contract award. Offerors may register for SAM at: https://www.sam.gov. Questions concerning this synopsis should be e-mailed to Michael Pitone at michael.f.pitone.civ@army.mil. This synopsis by no means binds the Government and is for information purposes only. Approved by: RANDY S. ALLISON Contracting Officer