Maintenance and Repair of Tracked Vehicles and Engineer Equipment for 2ID
ID: W91QVN25RA043Type: 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 EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the maintenance and repair of tracked vehicles and engineer equipment for the 2nd Infantry Division (2ID) in South Korea. The contract encompasses an 11-month base period starting in January 2026, followed by four optional 12-month periods, and includes services such as inspections, testing, and on-site repairs based on specified mileage or biennial intervals. This procurement is critical for ensuring the operational readiness of military equipment, with the contract structured as a Firm Fixed Price arrangement. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by October 28, 2025, at 1:00 PM KST. For further inquiries, interested parties can contact Su Ok Yun at suok.yun.ln@army.mil or PON V. TRAN at pon.v.tran.civ@army.mil.

    Files
    Title
    Posted
    This addendum outlines instructions for offerors regarding a firm-fixed-price contract for Field Level Maintenance and Repair of Tracked Vehicles and Engineer Equipment for the 2nd Infantry Division in the Republic of Korea (ROK). Proposals will be evaluated based on price and non-price factors (Technical Capability, Management Plan, and Past Performance), with non-price factors being rated “acceptable” or “unacceptable” and holding approximately equal weight to price. To be considered for award, offers must receive an “acceptable” rating in all non-price factors. The government reserves the right to award without discussions, conduct negotiations with a competitive range, or make no award. Offerors must submit proposals through the PIEE Solicitation Module, with specific requirements for documentation, personnel qualifications, and ROK contractor eligibility. A site visit is scheduled for September 24-25, 2025, at Camp Casey and Camp Humphreys.
    This addendum outlines the evaluation criteria for commercial products and services under FAR part 13.5, emphasizing a best overall value approach considering both price and non-price factors. Non-price factors, including Technical (Prime Contractor’s Prior Experience, Registration and Certification, Personnel Qualification), Management Plan, and Past Performance, are rated as “acceptable” or “unacceptable,” with an unacceptable rating in any subfactor leading to the entire offer being deemed unacceptable. Key personnel, such as the Contract Manager and Site Manager, require specific experience and English proficiency. Contractor Mechanics must also meet experience and licensing requirements. The Management Plan mandates an Organization Chart and a detailed Staffing Plan, including a replacement and retention strategy. Past Performance is evaluated based on recent and relevant experience, with
    This amendment addresses vendor questions regarding registration requirements for a government contract. Vendors inquired if an "All-Types" Construction Equipment Maintenance and Repair registration was necessary, or if specific types like Forklift or Excavator would suffice. They also requested that companies with either a Construction Equipment Maintenance and Repair or a General Automotive Vehicle Maintenance and Repair registration be eligible, rather than requiring both, to broaden participation. In response, paragraph 1.6.1.2.1 (ii) of the PWS was revised. The updated requirement now states that registration for Comprehensive Construction Machinery Maintenance and Repair (건설기계종합정비업) must include any of the following sub-categories: All types (전기종), Excavator (굴착기), Forklift (지게차), or Crane (기중기). All other terms and conditions of the contract remain unchanged.
    This government solicitation, W91QVN25RA043, is for Women-Owned Small Businesses (WOSB) to provide field-level maintenance and repair services for tracked vehicles and engineer equipment for the 2nd Infantry Division (2ID) in Korea and the United States. The contract includes an 11-month base period starting January 2026, with four 12-month option periods, all structured as Firm Fixed Price. Key requirements include inspections, testing, and on-site repairs every 3,000, 6,000, or 12,000 miles, or biennially. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. The solicitation outlines various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, covering aspects like combating trafficking in persons, service contract labor standards, restrictions on foreign purchases, and the prohibition on Kaspersky Lab products. It also details procedures for payment through Wide Area WorkFlow (WAWF) and the management and reporting of government property.
    This government solicitation, W91QVN25RA0430001, issued by W91QVN, outlines requirements for Field Level Maintenance and Repair of Tracked Vehicles and Engineer Equipment for the 2nd Infantry Division (2ID). The contract, set aside for Women-Owned Small Businesses (WOSB), includes an 11-month base period and four 12-month option periods, spanning from January 2026 to December 2030. Services include inspection, testing, and on-site repair based on mileage or biennial intervals. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Key clauses incorporate federal acquisition regulations (FAR) and defense federal acquisition regulation supplement (DFARS) covering topics such as combating trafficking in persons, service contract labor standards, restrictions on foreign purchases, and policies against text messaging while driving. The document also details instructions for electronic invoicing through Wide Area WorkFlow (WAWF) and management/reporting of government property.
    This government solicitation, W91QVN25RA0430002, issued by the KO Directorate of Contracting, outlines a requirement for Women-Owned Small Businesses (WOSB) to provide field-level maintenance and repair services for tracked vehicles and engineer equipment for the 2nd Infantry Division (2ID). The contract includes a base period of 11 months with four one-year option periods, covering inspections, testing, and on-site repairs. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Key clauses incorporated by reference and full text address various regulations, including Combating Trafficking in Persons, Service Contract Labor Standards, Restrictions on Certain Foreign Purchases, and requirements for managing and reporting government property. The solicitation also emphasizes adherence to specific payment instructions through Wide Area WorkFlow (WAWF) and antiterrorism/force protection policies for contractors operating outside the United States.
    This government solicitation, W91QVN25RA0430003, is an RFP for Women-Owned Small Businesses (WOSB) to provide field-level maintenance and repair services for tracked vehicles and engineer equipment for the 2nd Infantry Division (2ID). The contract includes an 11-month base period starting February 2026, with a one-month phase-in period in January 2026, and four 12-month option periods extending through December 2030. Services involve inspections, testing, and on-site repairs based on mileage or biennial intervals, under a Firm Fixed Price arrangement. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by October 28, 2025, at 1:00 PM local time. Key clauses incorporated by reference and full text cover areas such as combating human trafficking, service contract labor standards, restrictions on foreign purchases, policies against text messaging while driving, prohibitions on certain confidentiality agreements, and the use of Kaspersky Lab products. Other significant clauses address antiterrorism/force protection for contractors outside the U.S., Wide Area WorkFlow payment instructions, and the management and reporting of government property.
    Amendment 0001 to Solicitation W91QVN25RA043 clarifies vendor registration requirements for construction equipment maintenance and repair services. The amendment revises paragraph 1.6.1.2.1 (ii) of the Performance Work Statement (PWS) to allow contractors to qualify with registration for "Comprehensive Construction Machinery Maintenance and Repair including anything of the following sub-categories listed below: All types, Excavator, Forklift, Crane." This change broadens eligibility, allowing companies with specific sub-category registrations to bid. Additionally, the amendment updates the list of contract documents, replacing an older PWS version with a revised one and adding the amendment document itself. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0002 to Solicitation W91QVN25RA043, issued on September 17, 2025, revises the addendum to FAR 52.212-1 and FAR 52.212-2. This revision aligns with an updated Performance Work Statement (PWS) previously issued under Amendment 0001. The amendment specifically modifies the "List of Contract Documents, Exhibits, or Attachments" table by updating the dates and page counts for several documents. Notably, "Addendum to FAR 52.212-1 2025.09.12" and "Addendum to FAR 52.212-2 2025.09.12" have been deleted and replaced with their updated versions dated "2025.09.17," which also includes a page count change for FAR 52.212-2. All other terms and conditions of the solicitation remain unchanged.
    This document, an amendment to solicitation W91QVN25RA043, extends the closing date and time for offers from October 13, 2025, to October 28, 2025, at 1300 KST. This extension is due to an update to the Performance Work Statement (PWS) of the solicitation. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each submitted offer, or by separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt prior to the specified hour and date may result in the rejection of an offer. Changes to already submitted offers can be made via letter or electronic communication, provided they reference the solicitation and amendment and are received before the opening hour and date.
    Lifecycle
    Similar Opportunities
    Commissary Equipment Maintenance Services for Osan, Kunsan, K-16, and Osan CDC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Commissary Equipment Maintenance Services for facilities located at Osan, Kunsan, K-16, and Osan Child Development Center (CDC). The procurement aims to ensure the proper maintenance and repair of commercial and industrial machinery and equipment, which is crucial for the operational efficiency of these commissary facilities. Interested contractors should note that the primary point of contact for this opportunity is Nam Ye Pak, who can be reached via email at NAMYE.PAK1.LN@army.mil or by phone at 011-82-0503-355-0636. Further details regarding the contract specifics, including deadlines and funding amounts, will be provided in the solicitation documents.
    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.
    Multi Equipment Maintenance Services for 403rd
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Multi Equipment Maintenance Services for the 403rd. This procurement aims to ensure the effective maintenance and operational readiness of various equipment, which is crucial for supporting military operations. An amendment has been issued to revise the site visit orientation time, indicating the importance of on-site assessments in the bidding process. Interested parties can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or call 011-82-0503-355-0636 for further details regarding this opportunity.
    SOLVENT TANK MAINTENANCE SERVICES FOR EIGHTH ARMY WIDE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking maintenance services for solvent tanks as part of a contract for the Eighth Army. This opportunity involves the provision of maintenance services, with an amendment recently issued to change the site visit date, indicating the importance of timely and effective service delivery. Solvent tank maintenance is crucial for ensuring compliance with safety and environmental regulations, thereby supporting the operational readiness of military facilities. Interested contractors 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 this procurement.
    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.
    Republic of Korea IDIQ
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking to establish up to three Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for the lease of A3 Multifunctional Devices (MFDs) and related accessories in the Republic of Korea. The procurement aims to secure an estimated 2,523 devices for a period of up to 60 months, with a total program ceiling of $26.2 million and a guaranteed minimum of $10,000 for each awarded contract. These devices are critical for supporting various operational needs within the region, ensuring efficient document processing and management. Interested vendors must submit their proposals by December 2, 2025, no later than 1:00 PM EST, and can direct inquiries to Emily Myers at Emily.Myers@dla.mil or David Corvino at David.Corvino@dla.mil.
    Solicitation/Request for Proposal (RFP) for Subsistence Prime Vendor (SPV) Support for Republic of Korea
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is soliciting proposals for Subsistence Prime Vendor (SPV) support to provide food and related services to military and federally funded customers in the Republic of Korea. The procurement aims to establish a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply and delivery of a wide range of food items, including perishable and semi-perishable goods, as well as non-food items, with a focus on supporting various military facilities and operations in the region. The estimated contract value is $217.5 million, with a maximum potential value of $435 million, and proposals are due by December 3, 2025, at 3:00 PM Philadelphia time. Interested parties can find more details and submit their proposals via the DLA Internet Bid Boards System (DIBBS) and should direct inquiries to Gwen Garcia or Donovan Mahoney at the provided email addresses.
    USNS RICHARD E. BYRD Voyage Repair Availability KR
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the Voyage Repair Availability of the USNS RICHARD E. BYRD (T-AKE 4) while docked in Chinhae, South Korea, from January 5 to January 18, 2026. Contractors are required to provide labor, materials, tools, and equipment to perform various maintenance and repair tasks as outlined in the solicitation and associated work specifications. This contract is critical for ensuring the operational readiness and safety of the vessel, which involves comprehensive ship maintenance, including structural, electrical, and general upkeep. Interested contractors must comply with strict requirements regarding personnel access and safety regulations, and should contact Hyontong Yang at hyon.t.yang2.ln@us.navy.mil or Willie Harris at willie.j.harris2.civ@us.navy.mil for further details. Proposals must be submitted in U.S. dollars and include an itemized price breakdown by the specified deadline.
    ED Diagnostic Unit
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the supply of ED Diagnostic Units, specifically NSN: 2350-99-838-2125, with a total quantity of 12 units and an option for an additional 12 units. This procurement is a total small business set-aside, emphasizing the need for military-level packaging and compliance with specific delivery schedules, including origin inspection and acceptance. The ED Diagnostic Units are critical components for military armored vehicles, underscoring their importance in maintaining operational readiness. Proposals are due by December 8, 2025, and must be submitted via email to Contract Specialist Christa Langohr at christa.langohr@dla.mil, with further details available in the solicitation document.
    Stryker Sustainment Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide sustainment services for Stryker vehicles. This procurement aims to ensure the maintenance, repair, and rebuilding of vehicular equipment components, which are critical for the operational readiness of military forces. The opportunity is categorized under the NAICS code 811114 for Specialized Automotive Repair and the PSC code J025 for maintenance and repair of vehicular equipment components. Interested parties can direct their inquiries to Eric Driscoll at eric.j.driscoll3.civ@army.mil, with additional details available in the attachments section of the solicitation notice.