Military Razor Vehicle Maintenance
ID: FA301625Q0102Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

General Automotive Repair (811111)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide maintenance services for 23 Military Razor (MRZR) All-Terrain Vehicles (ATVs) at Joint Base San Antonio (JBSA) Camp Bullis, Texas. The contractor will be responsible for performing quarterly fleet maintenance, including essential services such as oil changes, brake fluid replacements, and tire changes, as outlined in the Performance Work Statement (PWS). This procurement is crucial for ensuring the operational readiness and safety of military vehicles, reflecting the government's commitment to maintaining high standards in vehicle maintenance. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes electronically by May 12, 2025, with a contract duration of one base year and four optional one-year periods, and can contact Parie D Reynolds at parie.reynolds@us.af.mil or 210-671-1777 for further details.

    Files
    Title
    Posted
    The Military Razor (MRZR) Vehicle Maintenance contract at Joint Base San Antonio (JBSA) requires comprehensive maintenance services for 23 All-Terrain Vehicles (ATVs). The contract, effective from February 20, 2025, involves quarterly maintenance, including oil changes, brake fluid and pad replacements, air filter cleaning, and tire changes, among other essential services. The contractor must conduct these tasks under specific performance thresholds, with defined guidelines for routine and emergency maintenance. Services must be delivered during standard operational hours, and the contractor is responsible for supplying all personnel, equipment, and materials, while ensuring compliance with safety and environmental regulations. The contract spans one base year and four one-year option periods and emphasizes quality control, requiring a Quality Control Plan, monthly status reports, and detailed tracking of maintenance tasks. The contractor must follow strict security protocols to maintain a professional appearance and provide emergency services as required, ensuring that work is performed in compliance with relevant federal, state, and Air Force directives. This initiative underscores the government's commitment to maintaining operational readiness and the safety of military vehicles while adhering to environmental and regulatory safeguards.
    The document outlines the Performance Work Statement (PWS) for the maintenance of 23 Military Razor (MRZR) All-Terrain Vehicles (ATVs) at Joint Base San Antonio (JBSA) Camp Bullis, Texas. The primary objective is to provide quarterly maintenance and additional services, ensuring all vehicles operate safely and efficiently. Key maintenance tasks include regular oil and filter changes, brake fluid checks, tire replacements, and inspection of various vehicle components. The contractor is required to deliver routine and emergency services, with stipulated response times. They must maintain high safety and environmental standards, adhering to relevant regulations and ensuring personnel qualifications. The PWS emphasizes that the contractor is fully responsible for their staff, which must not include current Department of Air Force employees. It further mandates detailed reporting, quality control, and compliance with applicable laws. The contract spans one base year with four one-year options, highlighting the importance of maintaining performance standards for operational readiness. This PWS serves as a critical guide within the framework of government procurement, emphasizing transparency, accountability, and adherence to federal regulations in military vehicle maintenance.
    The document provides a detailed wage determination under the U.S. Department of Labor's Service Contract Act, specifically Wage Determination No. 2015-5253, revised as of December 23, 2024. It outlines the minimum wage and fringe benefits that contractors must pay their employees for services performed in Texas counties including Atascosa, Bexar, and more. Key highlights include the minimum hourly wage of $17.75 under Executive Order 14026 for contracts effective January 30, 2022, and $13.30 under Executive Order 13658 for older contracts. Additionally, contractors are required to provide health benefits of $5.36 per hour, standard vacation and holiday provisions, and comply with sick leave requirements under Executive Order 13706. The document specifies various occupations with their corresponding wage rates and details the classification process for unlisted job titles. It also includes compliance guidelines for employer-employee relations under the Service Contract Act and relevant executive orders, emphasizing the protection of worker rights. This wage determination is essential for contractors involved in government contracts, ensuring fair compensation to employees while adhering to federal guidelines.
    The document outlines a Request for Proposal (RFP) for military vehicle maintenance, specifically focusing on the Military Razor (MRZR) vehicle, at Joint Base San Antonio (JBSA) Lackland, Texas. It includes an attachment concerning the financial evaluation of a potential contractor. Key details include the contractor's financial institution, account history, current financial standing, and performance capability regarding the project’s six-figure requirements. The financial assessment involves inquiries into the contractor's relationship with the financial institution, the adequacy of accounting practices, types of accounts held, operational balances, and availability of credit lines. It allows for a comprehensive evaluation of the contractor's ability to meet financial obligations tied to the maintenance services, underscoring the importance of sound financial management in government contracting.
    The document pertains to a solicitation for Military Razor (MRZR) Vehicle Maintenance services, specifically focused on evaluating the financial responsibility of the contractor, Osi Vision LLC, in connection with the 502nd Contracting Squadron at Joint Base San Antonio - Lackland. The contracting office must adhere to federal regulations (FAR 9.104-1(a)) prior to awarding the contract for kennel sanitation services required by the 341st Training Squadron. The form requires the contractor to provide financial institution details and grants permission for the 502nd Contracting Squadron to inquire about their financial stability. The structure includes sections for contractor information, financial institution contact details, and a signature for consent. This evaluation process is a critical step in ensuring contractor eligibility and adherence to federal procurement standards.
    The document serves as a Request for Information (RFI) from the Department of the Air Force, specifically the 502D Contracting Squadron, for Military Razor (MRZR) Vehicle Maintenance related to 23 MRZR All-Terrain Vehicles. The RFI aims to collect market data to identify contractors capable of providing the necessary maintenance services as outlined in the attached Performance Work Statement (PWS). Companies are invited to respond with their capabilities, previous military supply experience, and socio-economic status, particularly under NAICS Code 811111 for General Automotive Repair. The government expressly states that participation is voluntary and responses will be used solely for information and planning purposes, without any implication of a future contract award. Interested parties are instructed to submit their responses via email by a specified deadline. This RFI does not constitute a request for a quotation, and companies must await a formal solicitation for potential contract opportunities.
    The document outlines a Request for Quote (RFQ) FA301625Q0102 for Military Razor (MRZR) Vehicle Maintenance at Joint Base San Antonio (JBSA), Camp Bullis, TX. It is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and focuses on maintaining 23 Military Razor All-Terrain Vehicles (ATVs) over a five-year contract with four optional one-year periods. Quotes must be submitted electronically by May 12, 2025, with a validity of 90 days post-submission and should comply with various federal regulations, including the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). The award will be based on a "Lowest Price Technically Acceptable" (LPTA) methodology, selecting quotes that meet technical requirements at the lowest cost. Interested vendors must ensure timely submissions, including complete financial information and certifications, and are encouraged to provide comprehensive pricing for all tasks listed. The successful contractor must maintain neat, safe work areas and ensure compliance with all performance standards detailed in the Performance Work Statement dated February 20, 2025. This solicitation reflects federal efforts to engage small businesses while ensuring high-quality maintenance for military vehicles.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    MN Morris WMD - UTV with Two Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the procurement of a 6x6 Utility Task Vehicle (UTV) along with the trade-in of two existing vehicles, specifically a 2009 Argo Avenger and a 2016 Polaris Ranger, for the Morris Wetland Management District (WMD). The UTV must meet specific technical specifications, including features such as a roll-over protection system, enclosed cab with climate control, and a power-tilting bed, with proposals evaluated based on technical compliance, lead time, and pricing. This procurement is crucial for enhancing operational capabilities in wildlife management and habitat conservation efforts. Interested vendors must submit their proposals by January 8, 2026, at 2:00 PM ET, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    Troop Appliance Maintenance and Repair (TAMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM), Washington. This procurement involves providing non-personal services for the maintenance, repair, installation, and disconnection of appliances, as well as dryer duct and vent system cleaning for Unaccompanied Housing facilities. The contract, valued at approximately $19 million, will span from November 1, 2025, to March 31, 2030, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    25--SERVICE KIT,VEHICLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Service Kit for vehicles, specifically NSN 2590015287239. The requirement includes a quantity of 345 units to be delivered to DLA Distribution Red River within 112 days after the order is placed. This procurement is critical for maintaining the operational readiness of military armored vehicles and their components. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    MN Litchfield WMD - UTV with Trade-in
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a new Utility Terrain Vehicle (UTV) with a trade-in option for a 2017 Polaris Ranger as part of their operations at the Litchfield Wetland Management District (WMD). The UTV must meet specific requirements, including a 950 cc/65 HP engine, automatic transmission, and features suitable for safe operation in cold weather, such as power steering and a full cab with heating. This procurement is critical for enhancing operational efficiency in wildlife management activities, with quotes due by January 7, 2026, at 2:00 PM ET, and submissions should be directed to Dana Arnold at danaarnold@fws.gov. The contract will be awarded based on best value, considering both technical specifications and pricing, with the contractor responsible for delivery to the specified location in Litchfield, MN.
    DoD BUS CARRIER APPROVAL By DTMO
    Dept Of Defense
    The Department of Defense, through the Defense Travel Management Office (DTMO), is announcing a special notice regarding the upcoming solicitation for bus and van services at Joint Base San Antonio (JBSA), anticipated to be released around January 2026. The 502d Contracting Squadron is seeking contractors to provide non-personal transportation services that support the operational needs of JBSA Lackland and Fort Sam Houston, including contingency transportation, while ensuring compliance with government scheduling and cleanliness standards. To be eligible for this contract, potential offerors must be Approved DoD Bus Carriers by the DTMO at the time of proposal submission and must hold the necessary Texas licenses and Class B commercial driver's licenses with passenger endorsements. Interested parties should reach out to Barbara A. Jewett at barbara.jewett.1@us.af.mil or 210-652-5454, or Ericka L. McGlone at ericka.mcglone@us.af.mil or 210-652-8586 for further inquiries, noting that this notice is not a solicitation for proposals at this time.
    15 passenger vans.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified contractors for the rental of 15-passenger vans to support military operations at Fort Irwin, California. The contract requires the provision of operational vehicles from April 9 to May 25, 2025, with specific safety features and maintenance obligations outlined in the Statement of Work. These vans will be utilized primarily for transporting soldiers between various locations during military training rotations, emphasizing the importance of reliability and compliance with military safety standards. Interested contractors, particularly those classified as small businesses, must submit their quotes by March 24, 2025, and can direct inquiries to SSG Devin Fuller at devin.fuller2.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil for further details.
    Vehicular Track Tension Device
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of six Vehicular Track Tension Devices, identified by NSN 2530-01-601-6921 and part number 9243393, manufactured by John Deere Shared Services, LLC. This opportunity is a total small business set-aside, requiring bidders to submit offers for the complete quantity, with the intention of awarding a firm-fixed-price contract. The devices are critical components for vehicular systems, and delivery is expected within 120 days post-award to DLA Distribution Red River in Texarkana, Texas. Interested parties must submit their proposals electronically by December 19, 2025, at 5:00 PM EST, and can direct inquiries to Junae Tabb at Junae.Tabb@dla.mil or by phone at 385-591-2861.