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
    MI-MARQUETTE BS-TRUCK REPAIR
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking proposals for vehicle repair services for a government-owned 2024 Chevy 2500 Ext. Cab 4x4 involved in an accident at the Marquette Biological Station. The contractor will be responsible for restoring the vehicle, which includes repairs to various components such as the cab, side impact sensors, rear door, and conducting complete vehicle diagnostic testing. This procurement is crucial for maintaining the operational readiness of government vehicles used in wildlife service activities. Interested contractors must submit their quotations by December 8, 2025, at 10 AM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289. The contract period will extend from the award date through June 30, 2026.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    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
    Buyer not available
    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.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Buyer not available
    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 Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, aims to provide comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including visitor centers, recreation areas, and trails, ensuring they remain safe and operational for public use. Proposals must be submitted electronically by January 9, 2026, following a site visit scheduled for December 17, 2025, with inquiries accepted until January 2, 2026. Interested parties can contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil for further details.
    Shuttle Services BPA
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    NON-TACTICAL VEHICLE RENTALS
    Buyer not available
    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 specific requirements for maintenance, emergency assistance, and compliance with host nation laws across multiple European countries. This opportunity is not a small business set-aside and has a maximum overall value of $4 million, with individual call orders not exceeding $350,000. Interested vendors must submit their pricing and relevant business information to the designated contacts by the specified deadline to be considered for this procurement.
    J035--Mobile Medical Unit Paint, Body and Mechanical Repairs
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide paint, body, and mechanical repairs for a Mobile Medical Unit (MMU-02) that serves rural and underserved Veterans. The procurement includes extensive repairs such as corrosion treatment, painting, undercarriage undercoating, vinyl wrap removal, tire and battery replacement, and maintenance services for the A/C and generator, all to be completed within a 40-mile radius of the Martinsburg VA Medical Center in West Virginia. This initiative is crucial for maintaining the operational integrity of the MMU, which delivers essential healthcare services to communities in need. Interested parties must submit their responses, including company information and estimated pricing, by December 9, 2025, at 11:00 AM EST, to Melissa Chanduvi Holmes at Melissa.chanduviHolmes@va.gov.
    Vehicle Management Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for Vehicle Management Services at Hurlburt Field AFB, Florida. The procurement aims to provide comprehensive management, maintenance, and accountability for the base's vehicle fleet, including government-owned and GSA-leased vehicles, with services encompassing scheduled and unscheduled maintenance, inspections, and specialized mechanics for various vehicle types. This initiative is crucial for ensuring efficient operations of the vehicle fleet, which supports the logistics readiness of the 1st Special Operations Logistics Readiness Squadron. Interested parties can direct inquiries to SSgt Osvaldo Alvarado at osvaldo.alvarado@us.af.mil or TSgt Justin Carroll at justin.carroll.4@us.af.mil, noting that this is a Sources Sought notice for information and planning purposes only, and does not constitute a commitment by the Government.
    MFR Wash Rack Services
    Buyer not available
    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.
    DISHWASHER MACHINE LEASE AND MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals from Women-Owned Small Businesses (WOSB) for a firm, fixed-price lease agreement for a dishwashing machine, along with maintenance services, at the Naval Station Everett Galley. The contract will cover a base year from January 2026 to January 2027, with four additional 12-month option years extending through January 2031, and includes requirements for monthly preventive maintenance, 24-hour on-call service with a 2-hour response time, and on-site training. This procurement is critical for maintaining operational efficiency in food service operations, ensuring that the galley can meet its sanitation and service standards. Interested contractors should contact Jennifer Boyle at jennifer.l.boyle16.civ@us.navy.mil for further details, and must adhere to various security requirements and invoicing protocols as outlined in the solicitation posted on November 26, 2025.