Automotive Service
ID: W912GY25Q0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK SIAD CONTR OFFHERLONG, CA, 96113-5000, USA

NAICS

General Automotive Repair (811111)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for automotive service contracts at the Sierra Army Depot in Herlong, California. The procurement aims to secure diagnostic, repair services, and parts for various automotive equipment, with a focus on small businesses as indicated by the Total Small Business Set-Aside designation. This contract is crucial for maintaining the operational readiness of the facility's motor pool and includes a base year with two option years for performance. Interested contractors must submit their proposals by February 24, 2025, and can direct inquiries to Heidi Young at heidi.m.young.civ@army.mil or Melissa Kaarbo at melissa.m.kaarbo.civ@army.mil.

    Files
    Title
    Posted
    The document is a Contractor Information Sheet related to a federal Request for Proposal (RFP) identified by W912GY25Q0002. This form must be completed and submitted with the contractor's offer for a government contract. It requires information such as the registered business name, address, CAGE number, Unique Entity Identifier (UEI), and Taxpayer Identification Number (TIN). Additionally, contractors need to attach a Yearly Pricing Schedule and a Property Management Plan (PMP). Offers and questions should be directed via email to designated Army personnel. The document emphasizes the importance of submitting all required information to ensure compliance with RFP guidelines and facilitate the contracting process effectively. It serves as a structured means for contractors to present their credentials and pricing while adhering to federal procurement regulations.
    The document outlines the pricing structure and requirements for automotive diagnostic and repair services at the Sierra Army Depot, as part of a government request for proposals (RFP). It includes detailed pricing schedules for labor, site visits, hourly rates, and diagnostic testing across three contract years, stipulating that all costs will be negotiated by the Contracting Officer prior to services commencing. The document emphasizes that shipping costs will be reimbursed at cost, and any additional services not covered must be negotiated separately. Additionally, it clarifies the scope of work, highlighting the unpredictable nature of automotive services and the requirement for accurate billing based on actual hours worked. The document serves as a formal guide for potential contractors, detailing essential pricing instructions and the necessary components for fulfilling the contract obligations while ensuring compliance with government standards.
    The Property Management Plan (PMP) is a crucial component that offerors must submit alongside their quotes in response to a federal solicitation. The primary purpose of the PMP is to provide a strategic overview of the contractor's approach to managing Government Property. The review process by the contracting organization's Industrial Property Management Specialist or Contracting Officer focuses on several key areas: 1. A description of the contractor's Property Management System (PMS), including its purpose and compliance with applicable laws and regulations. 2. The scope of the PMS covering various types of assets—contractor-owned, subcontractor-owned, and Government Property. 3. Addressing ten specific outcomes related to Government Property management, including acquisition, inventory, maintenance, and reporting responsibilities. 4. Inclusion of applicable standards and the contractor's plans for Item Unique Identification (IUID) requirements, if necessary. Lastly, the PMP must meet all solicitation requirements and adequately tackle any special points outlined for the specific action. This document reflects the importance of effective property management in federal contracts, promoting adherence to regulations while ensuring accountability and efficiency in managing Government assets.
    The document outlines Wage Determination No. 2015-5679, revision 26, issued by the U.S. Department of Labor under the Service Contract Act (SCA). It establishes minimum wage rates for various occupations in Lassen County, California, effective for contracts awarded on or after January 30, 2022, necessitating a pay rate of at least $17.75 per hour for covered workers in 2025 per Executive Order 14026, or $13.30 per hour under Executive Order 13658 for earlier contracts not renewed post-January 30, 2022. The wage determination lists specific rates for positions ranging from administrative roles to skilled trades, with associated fringe benefits including health and welfare, vacation, and holidays. Notably, it indicates additional classifications for positions not explicitly listed and describes the conformance process for unlisted job classifications. The document underscores the enforcement of federal wage requirements and employee protections concerning sick leave and hazardous pay. It serves as crucial guidance for federal contractors to comply with wage standards while managing contracts that fall under the SCA. Overall, it plays a vital role in ensuring fair labor practices in federally funded projects.
    The document outlines a solicitation for government-furnished property related to custodial services under a DoD contract. It specifies the issuing officer, Melissa Kaarbo, providing contact details and contract information, indicating that this is a federal opportunity. The attachment lists a comprehensive inventory of vehicles and trailers, detailing over 360 items, including ATVs, trucks, semitrailers, and various trailers. Each item is categorized by designation and includes specifics such as item names, descriptions, and quantities. The main purpose of this document is to facilitate the acquisition and management of equipment necessary for government operations, ensuring that contractors are aware of the available property. Emphasis on the requirements for managing government-owned property reiterates its significance in maintaining operational readiness. Overall, the document serves as a vital resource for prospective contractors in understanding the available resources and adhering to federal guidelines for property management under the specified contract.
    The Performance Work Statement (PWS) outlines a non-personal service contract for automotive equipment diagnostic and repair services at Sierra Army Depot, California. It is aimed at augmenting the Motor Pool's capabilities when internal expertise is insufficient. The contractor is responsible for providing personnel and resources necessary for diagnostics, repairs, and parts supply, while adhering to specified quality standards. The agreement spans one base year with two optional years, involving regular evaluations and reporting to a designated Contracting Officer Representative (COR). Critical tasks include diagnostic testing of equipment, repair services, and provision of automotive repair parts. The contractor must acknowledge diagnostic requests within 24 hours and submit repair quotes within four business days after receiving a request. Key personnel, such as a project manager, must be identified, and strict security and environmental compliance measures are mandated. The PWS emphasizes a structured Quality Assurance process to ensure all services meet established performance criteria, with penalties for defective services. Overall, this contract aims to ensure operational readiness and compliance with government regulations while efficiently managing vehicle repairs and diagnostics.
    The document pertains to the government solicitation W912GY-25-Q-0002, which focuses on automotive parts and repair services. Respondents have inquired about vehicle specifications and the nature of the required repairs. In response, it is indicated that information regarding the vehicles is detailed in an attached document labeled “GFP Attachment Automotive”. Since the extent of damage is unknown, it will be assessed upon the repair request. For comprehensive details, stakeholders are directed to refer to the Performance Work Statement (PWS) found in the “W912GY25Q0002 Solicitation” Attachment. This exchange underscores the government's commitment to transparency in service requirements while allowing vendors to prepare adequately for potential contracts in automotive repair services. The structure of the document consists primarily of a question-and-answer format, promoting clarity on procurement needs and assisting potential bidders in their preparations.
    The document outlines the Request for Proposal (RFP) number W912GY25Q0002 for automotive equipment diagnostic, repair services, and parts at the Sierra Army Depot in Herlong, California. The solicitation invites qualified contractors, particularly those classified as small businesses, to submit their best offers by February 24, 2025. The evaluation criteria focus on the Price and Past Performance, emphasizing the importance of competitive pricing and a proven track record in similar services. The contractor is expected to provide all necessary personnel, equipment, and materials to perform services, which include diagnostics, software upgrades, and mechanical repairs on various automotive equipment. The contract will have a base year and two option years, with specific periods defined for performance. Quality Assurance measures will be in place to ensure compliance with performance standards, and contractors are required to adhere to strict security regulations and environmental compliance guidelines throughout the performance of the contract. This RFP serves to enhance the existing capabilities of the Sierra Army Depot's motor pool and signifies the government's commitment to maintaining operational readiness within the facility.
    Lifecycle
    Title
    Type
    Automotive Service
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    Construction Machine Equipment Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the repair of construction machine equipment at the Herlong facility in California. This presolicitation opportunity focuses on general automotive repair services, particularly for ground effect vehicles, motor vehicles, trailers, and cycles, under the NAICS code 811111 and PSC code J023. The services are critical for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested parties can reach out to Heidi Young at heidi.m.young.civ@army.mil or call 530-827-4565, or contact Melissa Kaarbo at melissa.m.kaarbo.civ@army.mil or 530-827-4776 for further details.
    UPS Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for Uninterruptible Power Supply (UPS) maintenance services at the Sierra Army Depot in Herlong, California. The procurement involves providing personnel, equipment, and services for quarterly preventive maintenance and battery replacements for UPS systems, with a contract duration of one base year and two optional one-year extensions. This maintenance is crucial for ensuring reliable backup power for critical network infrastructure, thereby supporting operational efficiency and security. Interested parties can reach out to Heidi Young at heidi.m.young.civ@army.mil or Melissa Kaarbo at melissa.m.kaarbo.civ@army.mil for further details, and proposals must adhere to the updated solicitation guidelines that now allow for a broader range of certified technicians.
    Letterkenny Army Depot Hybrid, Firm-Fixed-Price (FFP) and Time-and-Materials (T&M) requirements service contract to perform maintenance, repair and software support for the Testek Hydraulic Pump, Motor and Reservoir Test Station Model 720020
    Buyer not available
    The Department of Defense, through the Letterkenny Army Depot, is soliciting proposals for a hybrid service contract to provide maintenance, repair, and software support for the Testek Hydraulic Pump, Motor, and Reservoir Test Station Model 720020. The contractor will be responsible for delivering technical assistance, repair parts, and training services, ensuring rapid response times for support and compliance with stringent safety and regulatory standards. This contract is crucial for maintaining operational efficiency and safety at the depot, with a performance period from May 1, 2025, to April 30, 2026, and options for two additional years. Interested parties must submit their proposals by March 7, 2025, and can contact David T. Serotkin at david.t.serotkin.civ@army.mil or 717-267-5372 for further information.
    Vehicle
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of vehicles under a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses and falls under the NAICS code 333120, which pertains to Construction Machinery Manufacturing, indicating a focus on specialized equipment. The vehicles are essential for various military operations and support functions, highlighting their importance in maintaining operational readiness. Interested vendors can reach out to Mark Upshaw at mark.a.upshaw2.civ@army.mil or 540-623-8608, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding the submission process and timelines.
    Non-Tactical Vehicles (NTV) 4x4 Truck Rental NTC 25-06
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide rental services for 24 Non-Tactical 4x4 Vehicles (NTVs) to support the 3/1 CAV during the NTC 25-06 Rotation at Fort Irwin, California. The procurement emphasizes a Firm-Fixed-Price Contract, with vehicles required to be operational in diverse terrains and equipped with amenities such as air conditioning and power windows, ensuring they meet military training needs. This solicitation is crucial for maintaining effective transportation support during military operations, with a performance period from March 12, 2025, to April 29, 2025. Interested parties must submit their quotations electronically by February 28, 2025, and can contact SSG Rob Anderson at robert.l.anderson505.mil@army.mil or Darnyell Parker at darnyell.c.parker.civ@army.mil for further information.
    Excavating Equip - NTC 25-06
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the leasing of two dump trucks and two backhoes, along with associated trailers, for use at Fort Irwin, California. This procurement, identified as solicitation W91151-25-Q-A005, is set aside exclusively for small businesses and emphasizes a firm-fixed-price contract structure, with operational requirements spanning from March 12 to May 2, 2025. The equipment is critical for supporting military training operations, and contractors are expected to ensure compliance with safety and regulatory standards, provide 24-hour emergency support, and coordinate logistics for equipment delivery and removal. Interested parties must submit their quotes by February 28, 2025, and can direct inquiries to SSG David Garcia at david.j.garcia160.mil@army.mil or Darnyell Parker at darnyell.c.parker.civ@army.mil.
    Equipment Maintenance and Repair Services
    Buyer not available
    The Department of Defense, specifically the United States Marine Corps (USMC), is seeking qualified contractors to provide equipment maintenance and repair services at Marine Corps Base Camp Pendleton, California, and other locations. The services required include equipment checks, cleaning, refueling, and minor repairs on mobile equipment across six sites, with the contract structured as a Firm-Fixed-Price agreement starting on April 1, 2025, and extending through a base year with four one-year options. This procurement is designated as a Total Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside, emphasizing the importance of supporting veteran-owned enterprises in the defense sector. Interested contractors must register with the System for Award Management (SAM) and monitor SAM.gov for the official solicitation, expected to be posted around February 25, 2025; inquiries can be directed to David Lange at david.lange@usmc.mil or Philip Maaninen at philip.maaninen@usmc.mil.
    Hawthorne Army Depot Operation, Maintenance, and Modernization Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the operation, maintenance, and modernization of the Hawthorne Army Depot (HWAD) in Nevada. The procurement aims to ensure safe and environmentally responsible management of ammunition, arms, and explosives, while supporting ongoing modernization efforts and compliance with U.S. Army regulations. This opportunity is critical for maintaining operational integrity and national security, as it involves comprehensive inventory management, safety protocols, and coordination with government Quality Assurance Specialists. Interested vendors should contact Ashley Korves at ashley.m.korves.civ@army.mil or John Fotos at john.g.fotos.civ@army.mil for further details, and responses to the Sources Sought notice are due by February 24, 2025.
    27th LRS Vehicle BPA
    Buyer not available
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for a Blanket Purchase Agreement (BPA) to provide vehicle maintenance and repair services at Cannon Air Force Base in New Mexico. The contractor will be responsible for delivering non-personal vehicle repair services over a five-year period, ensuring compliance with industry standards and utilizing their own labor, parts, and tools. This procurement is critical for maintaining the operational readiness of the Air Force's vehicle fleet, emphasizing the need for reliable and quality repair services. Proposals are due by March 12, 2025, with questions accepted until February 20, 2025. Interested vendors must contact Gaige Macomber at gaige.macomber@us.af.mil or Logan Gaib at logan.gaib@us.af.mil for further details.
    1SBCT KRF MHE Outload
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the rental of material handling equipment, including forklifts, for the 1st Stryker Brigade Combat Team (1SBCT) at Fort Carson, Colorado. The contractor will be required to supply a total of ten forklifts, including two 4K indoor warehouse style, four 12K diesel-powered, and four 36K diesel-powered units, fully operational and fueled for immediate use between March 10 and May 5, 2025. This procurement is crucial for ensuring operational readiness and efficiency in military logistics, with a strong emphasis on quality control, emergency service response, and compliance with security regulations. Interested parties should contact Marketplace Support at marketplacesupport@unisonglobal.com or call 1-877-933-3243 for further details regarding the proposal submission process.