Surface One Thermal Coating Systems Maintenance & Repair

SOL #: W911KF-26-S-0009Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC ANAD
ANNISTON, AL, 36201-4199, United States

Place of Performance

Anniston, AL

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment (J066)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 2, 2026
2
Response Deadline
Apr 16, 2026, 3:00 PM

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 Department of the Army, Anniston Army Depot, has issued a Request for Information (RFI) for Surface One Thermal Coating Systems Maintenance & Repair. This RFI aims to gather industry capabilities and input for preventative maintenance, annual calibration, parts, and emergency repair services for two systems located at Anniston Army Depot, AL. Responses are due by April 16, 2026, at 10 AM CST.

Purpose

This RFI is issued solely for information and planning purposes to identify potential sources capable of providing comprehensive maintenance and repair services for two Surface One Thermal Coating Systems. It is not a Request for Quote (RFQ) or a promise to issue a future solicitation. The government will not pay for information submitted.

Scope of Work

The requirement is for preventative maintenance, annual calibration, parts, and emergency repair services for two Surface One Thermal Coating Systems at Anniston Army Depot, Building #133. The Statement of Work (SOW) outlines:

  • Preventative Maintenance: Annual site visits for visual inspections, lubrication, adjustments, testing, and full system operational checks. Parts replacement will be quoted separately.
  • Annual Calibrations: Annual site visits by qualified Oerlikon Metco service engineers for gas warning systems, sensors, flow controllers, and measurement computers, with certificates and reports provided.
  • Emergency Repair Services: On-call repair services and parts, including diagnosis, troubleshooting, repair/replacement of defective components, and restoration to OEM standards. Only original Oerlikon Metco parts are to be used.
  • Performance Standards: Compliance with manufacturer recommendations, rapid response, detailed service reports, and logbook maintenance.
  • Special Requirements: Work by authorized and trained personnel, compliance with safety regulations, use of original Oerlikon Metco parts, and adequate critical spare parts inventory.

Requested Information

Interested parties are requested to provide:

  • A Capability Statement with past performance examples.
  • A Recommended Contracting Strategy.
  • Input on the sufficiency of details for hardware, software, integration/installation pricing, and transition planning.
  • Identification of sections requiring additional definition in the SOW.
  • Feedback on the estimated Period of Performance (SOW suggests one base year + 4 option years).
  • Any additional questions, concerns, or input regarding the SOW.

Contract & Timeline

  • Type: Request for Information (RFI) / Sources Sought
  • Anticipated Duration: One base year with 4 option years (from SOW)
  • Set-Aside: None specified (RFI stage)
  • Response Due: April 16, 2026, at 10 AM CST
  • Published: April 2, 2026

Submission Requirements

Responses must be submitted as an MS Word document via email to Reese Wells (christopher.r.wells36.civ@army.mil). Submissions should be limited to the requested information in Section 3.0 and include:

  • Company Name, mailing address, and CAGE code.
  • Name, mailing address, phone number, and email of the designated point of contact.
  • Business type (e.g., large, small, 8(a), HUBZone, WOSB, VOSB, SDVOSB) based on NAICS code 811310 ($12.5M size standard). Proprietary information should be minimized and clearly marked.

Important Notes

This RFI does not commit the Government to a contract. Not responding does not preclude participation in any future RFQ. Potential offerors are responsible for monitoring beta.sam.gov for future solicitations. Verbal questions will not be accepted; written questions should be emailed to christopher.r.wells36.civ@army.mil.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Apr 2, 2026
Surface One Thermal Coating Systems Maintenance & Repair | GovScope