COPARS Camp Lejeune
ID: M6700125Q1035Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP LEJEUNE, NC, 28542-0004, USA

NAICS

Motor Vehicle Gasoline Engine and Engine Parts Manufacturing (336310)

PSC

MISCELLANEOUS VEHICULAR COMPONENTS (2590)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for a Contractor Operated Parts Store (COPARS) at Marine Corps Base Camp Lejeune, North Carolina. The procurement involves providing non-tactical vehicle repair parts, replacement components, supplies, and services for over 500 vehicles, with a contract structure that includes two contract line items: a Time-and-Materials CLIN for parts and a Firm-Fixed Price CLIN for store operations. This service is crucial for maintaining the operational readiness of military vehicles, ensuring that necessary parts and services are readily available. Interested vendors must acknowledge recent amendments to the solicitation, including updated wage determinations and a new response deadline of September 5, 2025, at 9:00 AM (EST). For further inquiries, vendors can contact Tammie Cassell at tammila.cassell@usmc.mil or by phone at 910-451-6357.

    Point(s) of Contact
    Files
    Title
    Posted
    This amendment to Solicitation M6700125Q1035 provides crucial updates for vendors, including responses to submitted questions and an extension of the solicitation's deadline. Key changes include a new response date of September 5, 2025, at 9:00 AM (EST), and clarification that the parts list will not be published due to its extensive size, with parts line items to be priced on a Time & Materials basis. The document also details specific requirements for technical proposals, past performance references, and pricing submissions. Additionally, it updates wage determination information, including specific hourly rates for Order Clerk II and Material Coordinator positions, and advises offerors on the necessity of completing representations and certifications, particularly regarding telecommunications and video surveillance equipment. The amendment emphasizes electronic submission of quotes and adherence to the updated timelines.
    Amendment 0002 to Solicitation M6700125Q1035 updates the wage determination for a federal government contract, effective September 2, 2025. This amendment modifies the original solicitation dated August 1, 2025, primarily by updating wage rates for specific labor categories under the Service Contract Act of 1965. Key modifications include a wage of $15.92 per hour for Order Clerk II and $23.63 per hour for Material Coordinator. Offerors must acknowledge this amendment, which also directs them to Wage Determination No. 2015-4389 (Rev-31) dated July 8, 2025, on www.sam.gov for further details. The point of contact for this amendment is Tammie Cassell at 910-451-6357.
    This government Request for Proposal (RFP) M6700125Q1035 outlines the requirements for a Contractor-Operated Parts Store (COPARS) at Marine Corps Base Camp Lejeune, NC. The contract covers the provision of non-tactical vehicle repair parts, replacement components, supplies, materials, and services for over 500 vehicles. The period of performance includes a basic 8-month period and four 1-year option periods. Key aspects include managing inventory (fast-moving and slow-moving parts), providing specific items like batteries and tires, conducting parts research, handling electronic invoicing via WAWF, and maintaining automated records. The contractor must adhere to strict quality standards, safety regulations, and security requirements, including obtaining Common Access Cards (CACs) and utilizing government-furnished IT systems. The government will provide facilities and some equipment, while the contractor is responsible for labor, additional supplies, and ensuring uninterrupted service to maintain vehicle operational readiness.
    The document outlines a government procurement solicitation for a Contractor-Operated Parts Store (COPARS) at Marine Corps Base Camp Lejeune. The primary function of the contract is to provide non-tactical vehicle repair parts, replacement components, supplies, and services for over 500 vehicles. The contract has an initial term of eight months, extendable for four additional one-year options. Key responsibilities of the contractor include managing an inventory of fast-moving and slow-moving parts, ensuring timely delivery of parts within specified time frames, and utilizing quality parts that meet government standards. The contractor must maintain accurate records of inventory, automate sales processes, and comply with various regulations regarding safety, staffing, and quality assurance. Moreover, the contractor will utilize government-furnished facilities and be responsible for maintaining them in a clean and orderly condition. The contract emphasizes adherence to safety standards, efficient operations, and customer service quality, with ongoing evaluations of contractor performance being conducted by the government through a Quality Assurance Surveillance Plan (QASP). This solicitation aligns with federal RFPs aimed at enhancing operational efficiency and supporting military readiness through reliable supply chain management.
    Lifecycle
    Title
    Type
    COPARS Camp Lejeune
    Currently viewing
    Solicitation
    Similar Opportunities
    Scrap Metal (Ferrous)
    Buyer not available
    The Department of Defense, specifically the Commanding General at Marine Corps Base Camp Lejeune, is soliciting bids for the sale of at least 1,000,000 pounds of ferrous scrap metal, which may include miscellaneous non-ferrous materials such as mattress springs, barbed wire, barrels, and vented gas cylinders. Interested buyers must be U.S. citizens eligible for export licenses and are required to submit bids by December 9, 2025, at 2:00 PM EST, with a 50% deposit due prior to material pickup. The successful bidder will be responsible for the removal of all materials within eight weeks of the award and must comply with all safety and environmental regulations during transportation. For further inquiries, potential bidders can contact Gary J. Denson at gary.j.denson@usmc.mil or by phone at 910-451-2037.
    Various Ship Parts
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the Mid Atlantic Regional Maintenance Center, is seeking to procure various ship parts under a firm-fixed-price (FFP) contract. This procurement is justified as a sole source under the authority of 13.106-1(b)(1)(i), indicating that the goods are available from only one source. The parts are categorized under miscellaneous ship and marine equipment, which are critical for maintaining naval operational readiness. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.
    Vehicles Parts
    Buyer not available
    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.
    Non-Tactical Vehicles (NTVs) Preventative Maintenance and Repair Service for U.S. Marine Corps Forces Korea (MARFORK)
    Buyer not available
    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.
    DEWATERING PARTS
    Buyer not available
    The Department of Defense, through the Department of the Navy, is seeking proposals for the procurement of dewatering parts, specifically on a brand name basis from McMaster-Carr. This acquisition will be negotiated in accordance with FAR 6.302-1, utilizing the Commercial and Simplified Acquisition Procedures outlined in FAR Parts 12 and 13. The dewatering parts are essential for maintaining operational efficiency and reliability in naval operations, with the contract expected to be awarded as a firm-fixed price supply type. Interested vendors should note that the solicitation is anticipated to be posted on SAM.gov around December 5, 2025, with quotes due by December 10, 2025. For further inquiries, potential offerors can contact Taura Helms at taura.s.helms3@navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil.
    Project CL25302001, Various Vehicle Parts
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking potential suppliers for a Long-Term Contract (LTC) involving various vehicle parts, specifically six National Stock Numbers (NSNs) related to vehicular components. The procurement includes items such as vehicular doors, cab assemblies, and interior vehicle panels, which are critical for maintaining military vehicle functionality and safety. Interested vendors are required to complete and submit a Market Research Questionnaire and Spreadsheet by December 12, 2025, to Camerson Siebeneck at camerson.siebeneck@dla.mil, with further details and specifications available through the provided links to drawings and documents.
    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.
    Multiple Services Contract
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small businesses to provide multiple facility support services at Marine Corps Air Station Cherry Point, North Carolina. This sources sought notice aims to identify potential offerors capable of performing a range of maintenance and repair services, including HVAC systems, fire protection systems, and sewage plant operations, among others, under a firm-fixed price/indefinite quantity indefinite delivery (IDIQ) contract structure. Interested small businesses, particularly those classified as 8(a), HUBZone, Service-Disabled Veteran Owned, Women Owned, or Economically Disadvantaged Women Owned, are encouraged to submit a capabilities package by December 16, 2025, at 2:00 PM Eastern Time, to Joanna Miller at joanna.d.miller2.civ@us.navy.mil, with a maximum attachment size of 10Mb.
    COMPRESSOR,MARC350A
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of the COMPRESSOR, MARC350A, through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to secure a reliable repair service with a required turnaround time of 90 days, emphasizing the importance of timely and efficient repair for operational readiness. This solicitation is part of an emergency acquisition initiative, and interested contractors must submit their quotations by December 15, 2025, while adhering to specific requirements outlined in the solicitation, including pricing and repair turnaround details. For further inquiries, potential bidders can contact Valentino P. Arena at 717-605-2498 or via email at valentino.p.arena.civ@us.navy.mil.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.