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
  1. 1
    Posted Apr 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due May 12, 2025, 6:00 PM UTC
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.
Mar 24, 2025, 7:06 PM UTC
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.
Apr 14, 2025, 5:05 PM UTC
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.
Apr 14, 2025, 5:05 PM UTC
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.
Mar 24, 2025, 7:06 PM UTC
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
Sources Sought
Similar Opportunities
Davis-Monthan UTZ (MRZR) Parts and Accessories
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of parts and accessories for MRZR tactical vehicles at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement includes essential items such as tires, batteries, solar chargers, and service kits that meet specific performance specifications and compatibility requirements with Polaris MRZRs. These components are critical for maintaining operational readiness and supporting ground missions, as the MRZRs are designed for both ground use and air deployment. Interested vendors must submit their quotes by April 30, 2025, and can direct inquiries to Matthew Hackett at matthew.hackett.1@us.af.mil or Jonathan Turk at jonathan.turk@us.af.mil.
Utility vehicle
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of two Workman HDX 4WD TORO utility vehicles. The vehicles must meet specific requirements, including a manual transmission, on-demand 4WD capability, a hauling capacity of up to 3,500 lbs, and features such as a cab door kit, heating, turn signals, lights, mirrors, independent suspension, and dual rear springs, powered by a Kubota 972 EFI engine. These utility vehicles are essential for various operational tasks within military installations, ensuring efficient transportation and logistics support. Interested vendors should contact Mark Upshaw at mark.a.upshaw2.civ@army.mil or 540-623-8608, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding this total small business set-aside opportunity.
Box Trailer Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide maintenance services for box trailers under Solicitation Number FA940125Q0015. The procurement involves routine semi-annual inspections and preventive maintenance of government-owned trailers utilized for transport and training, ensuring operational readiness and safety. This contract is crucial for maintaining the functionality of essential equipment for the 351st Special Warfare Training Squadron, with an anticipated total cost of $9,000,000 across various option line items. Interested vendors must submit their proposals by May 26, 2025, and can direct inquiries to Elizabeth Ongstad at elizabeth.ongstad@us.af.mil or Monique McLaughlin at monique.mclaughlin.2@us.af.mil.
Side by Side UTV
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Side by Side Utility Task Vehicle (UTV) equipped with a power torch and wildfire skid unit. This requirement includes a 4-cylinder, 3-seat UTV designed for operational efficiency in various military applications, particularly in fire management and support roles. The procurement is set aside for small businesses under the SBA guidelines, emphasizing the importance of fostering small business participation in federal contracting. Interested vendors should reach out to Mark Luttrell at mark.j.luttrell.civ@army.mil or Joy Davis at joy.l.davis18.civ@army.mil for further details regarding the solicitation process.
ATV Support in Malaysia in JUL 2025
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking information from qualified vendors for All-Terrain Vehicle (ATV) rental services in Ipoh, Malaysia, anticipated for July 2025. The procurement aims to secure a range of ATV models suitable for various skill levels and terrains, along with necessary safety equipment, maintenance, and insurance coverage. This opportunity is crucial for supporting military operations in the region, ensuring safe and reliable transportation options. Interested vendors must submit their responses electronically to the designated contacts by April 30, 2025, as this request for information is solely for planning purposes and does not constitute a solicitation for proposals.
J--R6 - Vehicle Repair/Maint BPA setup
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for vehicle repair and maintenance services across Region 6, which includes Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah. The procurement encompasses a wide range of services, including diagnostics, fluid services, electronics, engine maintenance, and the purchase of repair parts, with a focus on ensuring that vendors have certified mechanics capable of performing these tasks. This BPA is crucial for maintaining the operational readiness of government vehicles over a ten-year period, with a contract performance timeline from May 1, 2025, to April 30, 2035, and a commitment to reserving 20% of awards for small businesses. Interested vendors must submit their proposals by May 16, 2025, and can contact Robert Sung at robertsung@fws.gov or 503-872-2825 for further information.
Rebuild / Refurbish HMMWV Fuel Pumps
Buyer not available
The Department of Defense, through the Red River Army Depot (RRAD), is soliciting proposals for the refurbishment and remanufacture of 442 HMMWV fuel pumps, specifically part number 01-633-7271. The contractor will be responsible for delivering remanufactured fuel pumps that meet the National Maintenance Work Requirement (NMWR) 9-2815-560 standards, ensuring compliance with rigorous military specifications for operational readiness. This procurement is categorized under NAICS code 336310 and is a total small business set-aside, emphasizing the importance of enhancing military logistics and vehicle performance. Interested contractors must submit their proposals by April 30, 2025, and are required to provide a 12-month warranty along with detailed testing reports for each shipment, with a delivery schedule of 50 pumps monthly from June 2025 to January 2026, and an additional 42 units in February 2026. For further inquiries, interested parties can contact Luke Leitschuck at luke.j.leitschuck.civ@army.mil or Christopher L. Johnston at christopher.l.johnston20.civ@mail.mil.
Supply Blanket Purchase Agreement
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for supplies under the NAICS code 336999. The BPA holder must be able to provide replacement parts for all ATVs, UTVs, and MUTVs, with specific items and quantities determined on individual BPA calls. The orders will be delivered to Fort Drum, NY or Fort Polk, LA. The BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) before entering into a BPA. For more information, contact Amanda Bellnier at amanda.l.bellnier.civ@mail.mil.
MHE North Island
Buyer not available
The Defense Logistics Agency (DLA) is seeking qualified contractors to provide maintenance and repair services for government-owned Material Handling Equipment (MHE) at North Island Air Force Base in California. The procurement encompasses both scheduled preventative maintenance, which is required quarterly, and unscheduled remedial maintenance to ensure the operational readiness of various equipment, including forklifts and utility vehicles. This contract is critical for maintaining efficient warehouse operations and compliance with federal safety and environmental regulations. Interested small businesses must submit their quotes by April 28, 2025, and can direct inquiries to Kia Milindez at kia.milindez@dla.mil or by phone at (804) 279-4903.
Barricade System Hydraulic Cylinder Installation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the installation and replacement of hydraulic cylinders and related components for the barricade system at Goodfellow Air Force Base in Texas. The project requires contractors to provide all necessary components, including 3" x 10" hydraulic cylinders, hydraulic filters, and hydraulic fluid, ensuring compliance with specified manufacturer standards and safety regulations. This procurement is critical for maintaining operational security and safety at the base, particularly in preventing unauthorized vehicle access. Interested small businesses must submit their quotes by April 30, 2025, and are encouraged to attend a site visit on April 22, 2025, with all inquiries directed to Contract Specialist SrA Larenz Hernandez at larenz.hernandez@us.af.mil or (325) 654-3800.