Automotive Service
ID: W912GY25Q0002Type: Solicitation
AwardedMar 11, 2025
$225K$225,000
AwardeePRAETOR GROUP LLC Escondido CA 92027 USA
Award #:W912GY25P0004
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
    Award
    Solicitation
    Presolicitation
    Similar Opportunities
    Vehicles Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    W912CH26R0015 AUTOMATIC STAND MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the United States Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of 49 Automatic Stand Maintenance units, identified by National Stock Number 4910-01-117-4344 and Part Number 1750A. This opportunity is set aside for small businesses and will result in a Firm Fixed Price contract, with an option for an additional 49 units, emphasizing the importance of military packaging and compliance with specific preservation standards. Proposals are due by January 12, 2026, at 5:00 PM EST, and must be submitted electronically to Contract Specialist Robin Walker at robin.a.walker6.civ@army.mil, with all submissions evaluated based on price only. Interested parties should also be aware of the requirement for compliance with Special Packaging Instructions and the necessity for electronic invoicing via Wide Area WorkFlow (WAWF).
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    Abrams Integrated Logistics Services (AILS) Solicitation
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is issuing a solicitation for the Abrams Integrated Logistics Services (AILS) contract, aimed at providing comprehensive support for the Abrams Family of Vehicles and related systems. This five-year contract will encompass Field Service Representatives, vehicle maintenance, modification work orders, total package fielding, new equipment training, and program management, including support for Foreign Military Sales (FMS) countries. The services are critical for ensuring the operational readiness and sustainment of advanced military vehicles. Proposals are due by 12:00 PM ET on January 9, 2026, and interested parties should direct inquiries to Jaclyn Beach at jaclyn.j.beach.civ@army.mil, ensuring to submit questions by December 12, 2025.
    15 passenger vans.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified contractors for the rental of 15-passenger vans to support military operations at Fort Irwin, California. The contract requires the provision of operational vehicles from April 9 to May 25, 2025, with specific safety features and maintenance obligations outlined in the Statement of Work. These vans will be utilized primarily for transporting soldiers between various locations during military training rotations, emphasizing the importance of reliability and compliance with military safety standards. Interested contractors, particularly those classified as small businesses, must submit their quotes by March 24, 2025, and can direct inquiries to SSG Devin Fuller at devin.fuller2.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil for further details.
    Non-Tactical Vehicles (NTVs) Preventative Maintenance and Repair Service for U.S. Marine Corps Forces Korea (MARFORK)
    Dept Of Defense
    The Department of Defense is soliciting proposals from Women-Owned Small Businesses (WOSB) to provide preventative maintenance and repair services for Non-Tactical Vehicles (NTVs) at U.S. Marine Corps Forces Korea (MARFORK) facilities, specifically at Camp Humphreys and Camp Mujuk. The contract encompasses a range of services including monthly, semi-annual, and annual inspections, tire services, repair services, pick-up and delivery, and emergency towing, with a performance period extending from March 2026 to December 2030, including multiple option years. This contract is crucial for maintaining the operational readiness of military vehicles in the region, ensuring compliance with Korean Motor Manufacturer manuals and safety standards. Interested contractors must submit their proposals via the PIEE Solicitation Module by December 2, 2025, and can direct inquiries to Addison Park at addison.e.park.civ@army.mil or by phone at 315-755-0009.
    Multi Equipment Maintenance Services for 403rd
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Multi Equipment Maintenance Services for the 403rd. This procurement aims to provide general automotive repair services, including maintenance and repair of ground effect vehicles, motor vehicles, trailers, and cycles, as outlined in the Performance Work Statement. The recent Amendment 0003 has removed the TOEIC requirement for Site Managers at each location, which may impact the qualifications needed for bidders. Interested parties can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or by phone at 011-82-0503-355-0636 for further details regarding the solicitation.
    Bolts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide various types of bolts for the Sierra Army Depot located in Herlong, California. The procurement includes a total of 113,000 units of different bolt types, including steel eyebolts, carriage bolts, hex head lag screws, and hot dipped galvanized steel bolts, all adhering to specific dimensional and material standards. This opportunity is set aside for small businesses under the NAICS code 332722, with a size standard of 600 employees, and will be awarded as a firm-fixed price purchase order. Interested vendors must register with the System for Award Management (SAM) and submit their quotes by the specified deadline, with all inquiries directed to Jason Huth at jason.c.huth.civ@army.mil.
    Solicitation: W912CH-25-R-0097 DD Auxiliary Power Units
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for a Firm Fixed Price, three-year sole source contract for Direct Drive Auxiliary Power Units (DDAPU) from Marvin Land Systems. The procurement involves an estimated maximum quantity of 263 units, identified by National Stock Number (NSN) 6115-01-706-8649, which are critical for military operations requiring reliable auxiliary power. Interested contractors must submit their offers via email by December 19, 2025, and must possess Joint Certification Program (JCP) certification to access the Technical Data Package (TDP), which is export-controlled. For further inquiries, contact Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil.
    Polaris Snowmobile Sierra NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of a 2025 Polaris Ranger Crew XP 1000 snowmobile for the Sierra National Forest Bass Lake Ranger District. The primary objective is to enhance operational capabilities in managing national forest resources through the acquisition of this advanced vehicle, which features an 82 HP ProStar 4-Stroke engine, advanced drivetrain capabilities, and various safety and comfort features. Proposals must be submitted by December 18, 2024, with questions accepted until December 13, 2024; interested parties should contact Tammy Perrine at tammy.perrine@usda.gov for further information. This procurement is set aside for small businesses under NAICS code 336999, with a size standard of 1,000 employees.