CNRSW PM/CM For Galley Equipment at NBVC
ID: N0024426QS001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR SAN DIEGOSAN DIEGO, CA, 92136, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FOOD PREPARATION AND SERVING EQUIPMENT (J073)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through NAVSUP Fleet Logistics Center San Diego, is soliciting proposals for contractor support services related to preventive and corrective maintenance of government-owned galley equipment at Naval Base Ventura County (NBVC) in California. The contract, which will be awarded as a Firm-Fixed-Price (FFP), aims to ensure that the galley equipment operates within manufacturer and government specifications, with a performance period consisting of a one-year base period followed by three one-year options and a final three-month option. This maintenance is crucial for the operational readiness of dining facilities, which serve essential food preparation and serving functions for military personnel. Interested contractors must submit their proposals by the extended deadline of September 23, 2025, and are required to be registered in the System for Award Management (SAM) prior to contract award. For further inquiries, potential offerors can contact Christine Jordan at christine.jordan@navy.mil.

    Point(s) of Contact
    Christine Jordan, christine.jordan@navy.mil
    christine.m.jordan14.civ@us.navy.mil
    Files
    Title
    Posted
    This Performance Work Statement outlines a non-personal services contract for preventive and corrective maintenance of government-owned galley equipment at Naval Base Ventura County Galleys in Port Hueneme and Point Mugu. The contractor will provide qualified personnel, equipment, and supplies to maintain the equipment within manufacturer and government specifications. The contract includes a one-year base period and four one-year option years, from October 2025 to September 2030. Key responsibilities include initial equipment inspections, submission of a PM schedule, and adherence to specific operating temperatures for refrigerated and dishwashing equipment. The contractor must also provide timely corrective maintenance, including emergency repairs, and acquire new OEM parts unless otherwise approved. The government will oversee performance through a Quality Assurance Surveillance Plan and a Contracting Officer's Representative (COR).
    The document provides a detailed inventory of equipment and furniture at Naval Base Ventura County (NBVC), specifically in the Gold Coast Bee’stro Galley Bldg 61 and NBVC Point Mugu. It systematically lists items by area within the galley, such as the Main Serving Line, Speed Line, Sandwich Bar/Pizza Bar, West Main Beverage Bar, East Main Beverage Bar, Bread Bar, Salad/Fruit Bar, CPO/Wardroom Serving Line, CPO Dining Area, East Wing Dining Area, West Wing Dining Area, and Vegetable Preparation Room. Each entry includes the item name, manufacturer, model number, and serial number. The NBVC Point Mugu section further includes the building number, equipment description, and PM periodicity. The document also categorizes equipment by status, including active, inactive, in storage, and in-storage items, providing a comprehensive overview of the facility's assets for operational, maintenance, and potential procurement purposes.
    The document provides a detailed inventory of equipment and furniture at Naval Base Ventura County (NBVC), specifically in the Gold Coast Bee'stro Galley Bldg 61 and NBVC Point Mugu. It systematically lists items by area within the galley, such as the Main Serving Line, Speed Line, Sandwich Bar/Pizza Bar, West and East Main Beverage Bars, Bread Bar, Salad/Fruit Bar, CPO/Wardroom Serving Line, CPO Dining Area, East and West Wing Dining Areas, and the Vegetable Preparation Room. For each item, the manufacturer, model number, and serial number are provided. The NBVC Point Mugu section further includes location, equipment description, and periodicity for preventive maintenance (EOM, Q, M, A). The inventory also categorizes equipment by status, including active, inactive, and in storage, with corresponding details. This comprehensive list serves as a technical exhibit, likely for facility management, maintenance planning, or procurement within a government context.
    This document is a combined synopsis/solicitation (N00244-26-Q-S001) for commercial items, outlining the requirements for dining facility furniture, lighting, decorative signage, and interior modifications at Naval Base Coronado. The solicitation is issued as a full and open competition under NAICS Code 711310, with a business size standard of $12.5 million. Bids are due by September 19, 2025, 12:00 PM PST. The resulting contract will be a Firm Fixed Price (FFP) Purchase Order/Contract. Offerors must complete Representations and Certifications in SAM. The document details instructions for offer submission, including four volumes: Offer, Technical (10 pages), Past Performance (3 pages), and Price. Evaluation will be based on a best-value comparative analysis, with Technical and Past Performance factors being equal to each other and, combined, equal to Price. The government will initially evaluate the three lowest-priced offers and reserves the right to expand this pool.
    This government file outlines the cost breakdown for preventive and corrective maintenance services for galley equipment at Port Hueneme and Point Mugu. The document details a base period and four option periods, with each period specifying costs for Preventive Maintenance (PM) and Corrective Maintenance (CM). While PM costs consistently show as zero, Corrective Maintenance (CM) includes a "Total Parts (NTE)" and "Total CM (NTE)" of $53,000.00 for the base period and options 1, 2, and 3. Option 4, covering a three-month period, has a reduced CM cost of $13,250.00. The total estimated cost across all periods is $225,250.00. The file presents a structured approach to budgeting maintenance services, likely part of an RFP or grant application, focusing on the labor, travel, and estimated hours for these services at the specified naval bases.
    This Performance Work Statement outlines a non-personal services contract for preventive and corrective maintenance of government-owned galley equipment at Naval Base Ventura County Galleys in Port Hueneme and Point Mugu. The contractor will provide qualified personnel, equipment, and supplies to ensure galley equipment operates within manufacturer and government specifications. The contract includes a one-year base period and four one-year options. Key responsibilities include developing a quality control program, performing scheduled preventive maintenance, and executing corrective maintenance for unscheduled repairs, including emergencies. The contractor must ensure personnel have specific certifications and adhere to strict operating temperature parameters for various equipment, particularly for dishwashing and refrigerated units, in accordance with NAVMED P-5010-1 and NAVSUP P-486. All repair cost estimates and parts procurement require COR approval, with a focus on using new OEM parts unless otherwise approved. The government will monitor performance via a Quality Assurance Surveillance Plan.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J073--Kitchen Preventative Maintenance Baltimore-Loch Raven-Perry Pt VAMC Base Plus Four Option Years
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a kitchen preventative maintenance contract at the Baltimore, Loch Raven, and Perry Point Veterans Affairs Medical Centers (VAMCs) in Maryland. This contract, designated as a Request for Quote (RFQ), includes a base year plus four option years, covering planned preventative maintenance and unscheduled repairs for various kitchen equipment, including ovens, refrigerators, and dishwashers. The services are critical for ensuring the operational efficiency and safety of kitchen facilities that serve veterans. Interested contractors must submit their quotes by December 12, 2025, with inquiries and site visit requests due by December 1, 2025. For further information, contact Contract Specialist Patricia Thai at Patricia.Thai@va.gov.
    USNS GUADALUPE FY26 Mid-Term Availability
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability contract. This procurement involves shipbuilding and repairing services, with a focus on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J999. The contract is crucial for maintaining the operational readiness of the USNS GUADALUPE, ensuring it meets the necessary standards for future missions. Interested parties should note that the request for comments (RFC) period has been extended to December 24, 2025, at 2:00 PM EST, with the solicitation closing date now set for January 8, 2026, at 3:00 PM EST. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Full Food Services at USCG Sector Corpus Christi, TX
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking qualified contractors to provide full food services at USCG Sector Corpus Christi, Texas. The procurement requires the contractor to manage all aspects of food service, including meal preparation, facility management, cleaning, and quality control, while adhering to federal, state, and local health regulations. This contract is vital for ensuring the nutritional needs of USCG personnel are met, with services extending from May 1, 2026, through April 30, 2031, including a base period and four option years. Interested parties must submit their quotes by December 30, 2025, and may contact Bahar Cabrera at bahar.cabrera@uscg.mil for further inquiries.
    Full Food Service at the Coast Guard Academy
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is preparing to issue a solicitation for a Full Food Service contract at the Coast Guard Academy located in New London, Connecticut. This contract will encompass comprehensive food service operations, including meal preparation, serving, and cleanup, to support the Academy's daily activities. The anticipated contract will be structured as a Firm Fixed Price (FFP) agreement with a base year and four option years, highlighting the importance of reliable food services in maintaining the Academy's operational efficiency. Interested vendors should monitor both SAM.gov and DHS Marketplace for the formal solicitation, expected to be released in approximately two weeks, and can direct inquiries to Maeve Schaeffer at Maeve.M.Schaeffer@uscg.mil.
    VENT AND DUCT WORK SERVICE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes from qualified Women-Owned Small Businesses (WOSB) for vent and duct work services, focusing on laundry and galley exhaust ventilation cleaning aboard a US Navy ship in Yokosuka, Japan. The contract, identified as N0040626Q0008, requires the contractor to inspect, cryogenically clean, and report on seven ventilation systems, with the work scheduled to be completed between December 15 and December 31, 2025, in accordance with NAVSEA standards. This service is critical for maintaining operational safety and efficiency within naval vessels, ensuring compliance with local labor laws and various federal regulations. Interested parties must submit their quotes, along with a signed solicitation form, to the primary contact, Ferbien Encomienda, at ferbien.o.encomienda.civ@us.navy.mil, by the specified deadline to be considered for this firm-fixed-price award.
    7320--Ventless Griddle
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide a Ventless Griddle and a Fire Suppression Unit for the Nutrition and Food Service at the Greater Los Angeles VA Healthcare System. The procurement includes specific requirements for the Ventless Griddle, such as electric operation, a 22" x 18" grill area, stainless steel construction, and necessary certifications, along with a UL-300 Wet Chemical Fire Suppression System that complies with various safety standards. This equipment is crucial for ensuring safe and efficient food service operations within the VA healthcare facility. Interested vendors must submit their capabilities statements and relevant information by December 9, 2025, at 1:00 PM PT via email to Contract Specialist Sam Choo at sam.choo@va.gov.
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    FY26 USNS KANAWHA MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement is aimed at securing services related to shipbuilding and repairing, with a focus on non-nuclear ship repair as indicated by the associated NAICS and PSC codes. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested parties must submit their proposals by December 12, 2025, at 3:00 PM EST, and can direct inquiries to Susan Bryant at susan.b.bryant.civ@us.navy.mil or by phone at 757-777-4648.
    2 (two) 5K Forklift Lease and Maintenance for 12 Months plus two 12 months option periods.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is seeking proposals for the lease and maintenance of two 5K forklifts for a duration of 12 months, with the option to extend for two additional 12-month periods. This procurement aims to ensure the availability of reliable material handling equipment, which is crucial for operational efficiency at the specified location. Interested vendors should note that this opportunity is set aside for small businesses, in accordance with FAR 19.5, and the primary point of contact for inquiries is Brandon Lee, who can be reached at brandon.r.lee.civ@us.navy.mil. Proposals must be submitted in accordance with the solicitation guidelines, with further details available upon request.