Non-Tactical Vehicles (NTVs) Preventative Maintenance and Repair Service for U.S. Marine Corps Forces Korea (MARFORK)
ID: W91QVN26QA004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0411 AQ HQ CONTRACT AUGAPO, AP, 96271-5289, USA

NAICS

General Automotive Repair (811111)

PSC

MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS (J042)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines a non-personal service contract for preventative maintenance and repair of Non-Tactical Vehicles (NTVs) at U.S. Marine Corps Forces Korea (MARFORK) facilities in Camp Humphreys and Camp Mujuk. The contractor will provide all personnel, equipment, and supplies for inspection, maintenance, repair, parts replacement, and testing of Korean-manufactured NTVs. The contract has a 10-month base period and four 12-month option years, starting March 2026. Services include monthly, semi-annual, and annual maintenance, as well as repair and emergency towing. The contractor must adhere to Korean Motor Manufacturer manuals, implement a Quality Control Plan (QCP), and develop a safety plan. Specific NTVs for each service are listed in appendices, with Camp Mujuk NTVs limited to major repair and emergency towing. The contract is Firm Fixed Price (FFP) and requires contractors to be ROK government registered, with qualified English-speaking contract managers and certified mechanics. All consumables and replacement parts must be 100% made in Korea.
    This addendum outlines the submission requirements and evaluation factors for a Request for Proposal (RFP) for non-tactical vehicle (NTV) maintenance and repair services. Proposals must be submitted via the PIEE Solicitation Module. Key factors include the Prime Contractor's qualifications (two years NTV maintenance experience, Republic of Korea government registrations, facility within 5km of Camp Humphreys, and insurance), personnel qualifications (Contract Manager with two years NTV CM experience and English proficiency, and mechanics with two years experience and an Automotive Mechanic Technician license), and an overall maintenance plan. Price proposals must be submitted in Korean Won (KRW) for all CLINs/Sub-CLINs for a base period plus four options, with any escalation identified. Offerors must also submit a Tax Exemption Declaration for POL products and signed solicitation/amendment copies. Eligibility for award is restricted to Korean contractors, defined by specific ROK government registrations and certifications. A pre-award survey may be conducted to assess contractor responsibility. Questions should be directed to the Contract Specialist or Contracting Officer by December 2, 2025.
    This addendum outlines the evaluation criteria for a government contract for NTV maintenance and repair services, focusing on two main factors: the Prime Contractor’s qualifications/maintenance plan and price. Contractor qualifications are assessed based on at least two years of relevant experience, valid Republic of Korea government registrations/certifications, proximity to Camp Humphreys (within 5km), and comprehensive insurance. Personnel qualifications require the Contract Manager to have two years of NTV maintenance experience, English language proficiency (TOEFL 450/TOEIC 550 minimum), and confirmed availability. Mechanics need two years of experience and an Automotive Mechanic Technician license. The overall maintenance plan must detail labor composition, equipment, and how PWS requirements will be met. Price evaluation considers completeness, reasonableness against fair market value and government estimates, and includes the base period plus four options, and one-half of the fourth option for evaluation purposes. Certain CLINs (0005 and 0007) are for requirements and not evaluated on price.
    This document outlines tax exemptions and funding procedures for contracts with the United States Forces Korea (USFK) in the Republic of Korea (ROK), under the Status of Forces Agreement (SOFA). It details exemptions for customs duties, special exercise taxes, value-added taxes (VAT), and petroleum, oil, and lubricant (POL) products. Contractors must certify that their prices exclude these taxes and follow specific procedures for obtaining exemptions or refunds, often involving the Contracting Officer and ROK tax authorities. For POL products, contractors nominate purchase points and receive tax exemption coupons. The document also addresses ROK Ministry of National Defense (MND) funded contracts, specifying that the ROK Government makes payments directly, while the U.S. Government administers the contract, certifies performance, and resolves disputes. U.S. funds are not obligated, and specific invoicing and funding carry-over procedures are outlined. Disputes are resolved under U.S. law, with a defined process for contractor claims and appeals, and are not subject to the Contract Disputes Act of 1978.
    The Contractor’s Tax Exemption Declaration outlines the tax exemptions applicable to contractors operating under specific US-ROK agreements and ROK tax laws. It details various taxes, including Customs Tax, Special Excise Tax, Value Added Tax (VAT), Special Excise (Petroleum) Tax, and Education Tax, that would normally apply but are excluded from proposals. Contractors are required to quantify these exempted taxes for imported items, petroleum products, and other goods and services. The document also requires contractors to certify that their proposals exclude these specified taxes, ensuring compliance with the outlined tax exemption policies.
    This government solicitation, W91QVN26QA004, is a request for proposals (RFP) for Women-Owned Small Businesses (WOSB) to provide Non-tactical Vehicle (NTV) preventative maintenance and repair services. The contract includes monthly, semi-annual, and annual inspections, tire services, repair services, pick-up and delivery, and emergency towing. Services are required for CY26 LCS, USMC Project Number 042-009, with performance periods extending from March 2026 to December 2030, including multiple option years. All services will be inspected and accepted at various locations in the Republic of Korea. The solicitation incorporates several FAR and DFARS clauses, including those related to antiterrorism/force protection for contractors outside the US and Wide Area WorkFlow (WAWF) payment instructions. The contractor is responsible for transportation costs to the destination.
    Lifecycle
    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.
    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 fielding support services for the Abrams Family of Vehicles and related systems. This five-year contract will encompass a range of services including Field Service Representatives, vehicle maintenance, modification work orders, total package fielding, and new equipment training, with a focus on supporting both U.S. operations and Foreign Military Sales (FMS) countries. Interested parties should note that the proposal due date has been extended to January 16, 2026, at 12:00 PM EST, and all inquiries must be directed to Jaclyn Beach at jaclyn.j.beach.civ@army.mil by December 12, 2025. The solicitation is available on SAM.gov, and all submissions must adhere to specified formatting guidelines.
    Preventative Maintenance/ Demand Maintenance (PM/DM) Indefinite Delivery Indefinite Quantity (IDIQ) Department of Defense Education Activity (DoDEA) for Fort Bragg, NC and Camp Lejeune, NC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), Norfolk District, is seeking qualified small businesses for a Preventative Maintenance/Demand Maintenance (PM/DM) Indefinite Delivery Indefinite Quantity (IDIQ) contract for facilities at Fort Bragg and Camp Lejeune, North Carolina. The contract will encompass a range of maintenance services, including the operation and maintenance of heating, ventilation, and cooling systems, kitchen equipment, and facility control systems, ensuring the efficient and safe operation of educational facilities for students and teachers. The anticipated solicitation is expected to be issued around March 2026, with a contract maximum of $11 million and a proposal submission deadline projected for April 2026. Interested firms must respond to the Sources Sought notice by January 13, 2026, and can contact Michael Stevenson Jr. or Candace Lotomau for further information.
    NON-TACTICAL VEHICLE RENTALS
    Dept Of Defense
    The Department of Defense, through the II Marine Expeditionary Force (MEF) Expeditionary Contracting Platoon, is seeking quotes for Non-Tactical Vehicle (NTV) rental services to establish multiple Blanket Purchase Agreements (BPAs) for an ordering period from January 1, 2026, to December 31, 2027. The procurement requires contractors to provide a variety of vehicles, including sedans, SUVs, vans, and trucks, with comprehensive maintenance and full coverage insurance compliant with host nation laws, primarily for use by U.S. Service Members in European training areas. This opportunity is significant as it supports operational readiness in the EUCOM Area of Responsibility, with an estimated maximum overall value of $4 million and individual call orders not exceeding $350,000. Interested vendors must submit their pricing and capabilities statements to the designated contacts by the specified deadline, with further details available in the solicitation documents.
    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).
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for Operations and Maintenance Support Services at the W. Kerr Scott Reservoir in North Carolina. The contract aims to provide comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including visitor centers, recreation areas, trails, and government-owned equipment, ensuring they remain safe, functional, and aesthetically pleasing for public access. With an estimated contract value of $47 million, proposals are due by January 9, 2026, following a site visit scheduled for December 17, 2025. Interested parties should direct inquiries to Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil.
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    Stryker Sustainment Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Stryker Sustainment Services, focusing on specialized automotive repair for vehicular equipment components. This procurement aims to ensure the maintenance and operational readiness of Stryker vehicles, which are critical to military operations. The solicitation includes updates to specific sections and clarifications on submission requirements, evaluation criteria, and subcontracting obligations, as outlined in the accompanying Q&A document. Interested parties should direct inquiries to Eric Driscoll at eric.j.driscoll3.civ@army.mil, and must stay informed of any amendments to the solicitation for accurate compliance.
    C/KC130 Air Vehicle: Engine Module Repair
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should contact Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil for further details and access to solicitation attachments.