Intent to Sole-Source: OMAX Waterjet Service
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Army Contracting Command – Aberdeen Proving Ground (ACC-APG), Tobyhanna Division, intends to award a sole-source contract to Phillips Corporation/Federal Division for Preventative Maintenance and Emergency Repairs on a specific OMAX Water Jet system (barcode TY022738, serial K511780) located at Tobyhanna Army Depot, PA.
Scope of Work
This requirement is for non-personal services to provide comprehensive maintenance and repair for the OMAX Water Jet. The contractor will supply all necessary personnel, equipment, supplies, and supervision. Key aspects include:
- Annual Preventive Maintenance: Detailed tasks for water treatment (e.g., cleaning tanks, filter replacement, water sampling) and a three-day machine service (e.g., component inspection, motion calibration, pump rebuild, software updates).
- Remedial Services: Providing repairs as needed.
- Reporting: Detailed reports on system condition, recommended repairs, and costs.
Performance Standards
- Response Time: 48 hours for non-emergency calls (weekdays) or after weekend/holiday; 24 hours for emergency calls.
- Repair Completion: Service dates within 96 hours (non-emergency) or 72 hours (emergency) after quote acceptance.
- Quality: Use quality materials, proper installation, and adherence to OEM warranty terms.
Contract & Timeline
- Contract Type: Intent to Sole-Source (Special Notice)
- Authority: FAR Part 13, Simplified Acquisition Procedures; FAR Part 12, Commercial Items; 41 U.S.C. 1901 as implemented by FAR 13.501.
- Set-Aside: None (Intent to Sole-Source)
- Place of Performance: Building 1C Bay 2, Tobyhanna Army Depot, Tobyhanna, PA.
- Capability Statement Due: February 23, 2026, by 10:00 AM EST.
- Published Date: February 12, 2026.
Evaluation
The Government intends to acquire this service via sole-source. However, interested parties who can provide these maintenance services are invited to submit a statement of capabilities. This information will be used solely to determine if a competitive procurement should be conducted in the future.
Additional Notes
Capability statements must be submitted via email to Marissa Brodi (marissa.c.brodi.civ@army.mil) and contain sufficient detail to demonstrate the party's ability to meet the requirements. A draft Performance Work Statement (PWS) is attached for reference. Contractor personnel will require specific training (AT Level I, OPSEC, iWATCH, DoD IA Cyber Awareness) and must develop a Quality Control Plan (QCP).