APPLIANCE MAINTENANCE
ID: N0040625Q0396Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

NAICS

Appliance Repair and Maintenance (811412)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- HOUSEHOLD AND COMMERCIAL FURNISHINGS AND APPLIANCES (J072)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for appliance maintenance services at various naval facilities in Washington State. The contract encompasses the maintenance and repair of essential appliances, including washers, dryers, refrigerators, dishwashers, microwaves, and stoves, across locations such as Naval Base Kitsap, Naval Air Station Whidbey Island, and Naval Station Everett. This procurement is critical for ensuring operational efficiency and the welfare of personnel at military installations, with a maximum annual expenditure cap of $19 million. Interested vendors must submit their quotes by 12:00 PM PDT on April 9, 2025, and can contact Kelly Burch or Daniel Schroeder for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an amendment to solicitation N0040625Q0396 for appliance maintenance services, specifically intended for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The amendment dissolves the sole source status while preserving the 100% SDVOSB set-aside, changing the solicitation deadline to April 11, 2025. The summary describes the requirement for a firm fixed-price service contract for appliance maintenance at specific naval facilities in Washington, detailing responsibilities such as repair and maintenance of various appliances, including washers and refrigerators. The contractor will furnish all necessary personnel, materials, and equipment to ensure appliances meet operational standards. Evaluation criteria for bids emphasize technical ability, price realism, and past performance, promoting a single award to ensure comprehensive service coverage. The contract emphasizes timely responses to service calls within specified timeframes and mandates the use of new OEM parts for repairs. Compliance and performance will be monitored through a Quality Assurance Surveillance Plan, incorporating specific performance metrics for successful contract administration. The document serves to facilitate a competitive and transparent procurement process, aligning with federal regulations for government contracts.
    The document outlines an inventory of appliances required across various naval bases in the region, specifically focusing on Naval Base Kitsap, Naval Air Station Whidbey Island, and Naval Station Everett. The inventory includes quantities and types of washers, dryers, dishwashers, microwaves, and electric ranges needed for these military installations. At Naval Base Kitsap, there are a total of 638 washers and dryers, complemented by 23 kitchen appliances. Similarly, Naval Station Everett lists 190 washers and dryers, alongside 392 kitchen appliances. The total numbers reflect significant needs, such as 558 units of washers and dryers at the second location. Overall, the document appears to serve as a detailed specification for federal procurement through Requests for Proposals (RFPs) or grant allocations related to the maintenance and improvement of living conditions at military facilities. It emphasizes the scale of domestic appliance needs for operational efficiency and personnel welfare at military bases.
    The document serves as a detailed record of maintenance requests for laundry equipment across various facilities, primarily highlighting the issues reported, their locations, and the status of the repair work. Each entry includes a unique request ID, priority level, requestor's details, equipment malfunction descriptions, and the date received. The requests predominantly involve washers and dryers, with common issues such as malfunctioning sensors, power failures, leaks, and parts requiring replacement, particularly lid locks and pumps. The document spans several months, indicating ongoing maintenance needs and the urgency of repairs needed to ensure proper functionality. Notably, some units have recurring problems, suggesting a need for more thorough inspections or replacements to prevent ongoing service interruptions. By cataloging these requests, the document aims to prioritize and manage maintenance efficiently, ensuring that equipment remains operational and accessible for users. This record is crucial for coordinating maintenance actions and aligns with the goals of managing government property effectively while being responsive to user needs in federally funded facilities.
    The document is a Request for Quotation (RFQ) issued by the NAVSUP Fleet Logistics Center, Puget Sound, for appliance maintenance services at multiple Naval facilities in Washington State. The contract, identified as N0040625Q0396, aims to establish a firm fixed price service for the maintenance and repair of laundry and kitchen appliances at Naval Station Everett, Naval Air Station Whidbey Island, and Naval Base Kitsap, covering a 12-month period with potential options for additional years. The RFQ is classified as a sole-source procurement to Avalon Appliances under FAR 19.1406, with a maximum annual expenditure cap of $19 million as per the relevant NAICS code (811412). The document details the required scope of work, including routine inspections, repairs, and parts replacement, emphasizing compliance with manufacturer specifications and the necessity for Original Equipment Manufacturer (OEM) parts. Key evaluation criteria include the completeness of submitted quotes, adherence to the performance work statement, and past performance records. The contractor must respond efficiently to service requests and ensure full functionality of appliances within established timelines. The RFQ is due by 12:00 PM PDT on April 9, 2025, signifying an urgent need for qualified vendors to engage in this procurement.
    Lifecycle
    Title
    Type
    APPLIANCE MAINTENANCE
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Seattle VA Portable Fire Extinguisher Maintenance Service RFQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive maintenance services for approximately 1,500 portable fire extinguishers across the VA Puget Sound Health Care System facilities located in Seattle, American Lake, and Magnolia, Washington. The procurement includes monthly, annual, and six-year inspections, as well as a twelve-year hydrostatic test swap-out program, ensuring compliance with NFPA 10, TJC, OSHA, and VA directives. This maintenance service is critical for maintaining fire safety and compliance across the facilities, with the contract valued at up to $12.5 million and set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their quotations by December 16, 2025, and can contact Michael J Borelli at Michael.Borelli@va.gov for further information.
    UPS Battery Replacement & Installation Services, QTY2EA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for UPS Battery Replacement and Installation Services at the VA Puget Sound Health Care System in Seattle, Washington. The contractor will be responsible for procuring, removing, and installing two new UPS batteries, ensuring compliance with manufacturer specifications, industry standards, and VA codes, while also adhering to environmental regulations for battery disposal. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238210, emphasizing the importance of reliable power systems in healthcare settings. Interested parties must submit their offers by December 22, 2025, at 14:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    Windows and Heat Controllers
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP), is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of marine windows and heat controllers, specifically part numbers KC-LPD-017-03 and KC-LPD-017-HC. This procurement is a sole-source, firm-fixed-price contract, emphasizing the importance of these components for naval operations and ensuring compliance with federal regulations. Interested contractors must be registered in the System for Award Management (SAM) and are required to submit their proposals by December 15, 2025, at 10:00 AM, with a delivery date set for April 6, 2026. For further inquiries, offerors can contact Sara Robinson at sara.e.robinson19.civ@us.navy.mil or Lily Nguyen at lily.nguyen@navy.mil.
    7320--Ventless Dishwasher & Food Scraper
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking qualified vendors to provide a Ventless Flight Type Dishwasher and Food Scraper for the Orlando VA Medical Center's Food and Nutrition Department. The procurement includes the supply of a Hobart Model No. FT1000E+Base dishwasher, capable of washing at least 14,000 dishes per hour, along with a Salvajor Model S914 food scraper, both requiring assembly, installation, scheduled maintenance, and on-site training for staff. This equipment is crucial for sanitizing mealtime items for Veterans, ensuring their health and well-being. Interested vendors must respond by December 22, 2025, at 3:00 PM EST, via email to Shawn Autrey and Rohan McKenzie, and must be registered with the System for Award Management (SAM) to be eligible for consideration.
    USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA)
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking to procure services for the USS CURTIS WILBUR (DDG 54) FY22 Dry-Dock Selected Restricted Availability (DSRA). This procurement involves a sole source contract action to add one new work item to an existing firm fixed price contract awarded to NASSCO under contract number N55236-22-C-0001. The services are critical for the maintenance and repair of naval vessels, ensuring operational readiness and safety. Interested parties can reach out to Kristin Porter at kristin.n.porter2.civ@us.navy.mil or by phone at 619-571-5701 for further details regarding this opportunity.
    41--COMPRESSOR UNIT,REF
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 29 compressor units (NSN 4130011786830) intended for use on the USS BILLINGS (LCS-15). This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the NAICS code 333415, which pertains to the manufacturing of air-conditioning and refrigeration equipment. The compressor units are critical for maintaining operational capabilities aboard naval vessels, ensuring effective climate control and equipment functionality. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the DLA via the email address DibbsBSM@dla.mil. The deadline for quote submission is 20 days after the award date.
    Vapor International LLC- Vessel Boiler Parts
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for the procurement of vessel boiler parts from qualified small businesses. This opportunity involves the supply of brand name commercial products, specifically OEM replacement parts for a ship's boiler, with a focus on various coils and ABS certification. The procurement is critical for maintaining operational readiness and efficiency of naval vessels, emphasizing the importance of reliable and high-quality components. Interested vendors must submit their quotes by 10:00 AM on November 25, 2025, and are encouraged to direct any inquiries to Brian Schuyler at Brian.d.schuyler.civ@us.navy.mil, with a required delivery date set for January 30, 2026. Registration in the System for Award Management (SAM) is mandatory for participation.
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull inspections, corrosion repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and safety of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance scheduled from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    Getinge Steam Sterilizer Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of a Getinge steam sterilizer aboard the USS George Washington (CVN 73), with a completion deadline of December 15, 2025. This firm-fixed-price service contract requires the use of original equipment manufacturer (OEM) parts and certified technician labor, with specific demands for 22 Getinge OEM parts and associated installation services, travel, lodging, and per diem. The work will take place at Commander, Fleet Activity Yokosuka in Japan, where the vendor must coordinate access with the ship's point of contact. Interested parties should reach out to Mary Gilman at mary.j.gilman2civ@us.navy.mil for further details regarding the solicitation and requirements.
    DUCT,FLEXIBLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime - Puget Sound, is soliciting bids for the procurement of flexible ducts, specifically designed for the U.S. Navy. The required ducts must meet specific material specifications, including being black, 2-ply polyester/neoprene coated with a spring steel wire helix, and must be UL-94-V-0 listed and labeled as "FIRE RESISTANT PROPERTY OF US NAVY." This procurement is critical for ensuring the operational readiness and safety of naval equipment, with delivery scheduled to the Puget Sound Naval Shipyard IMF in Bremerton, Washington, in January and February 2026. Interested vendors, particularly those classified as Women-Owned Small Businesses (WOSB), must submit their quotes and comply with various requirements, including registration in SAM.gov and adherence to specified FAR and DFARS clauses, with all inquiries directed to Naomi Larson at naomi.larson@dla.mil.