AMXS Polaris Repair
ID: FA462025QA962Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4620 92 CONS LGCFAIRCHILD AFB, WA, 99011-5320, USA

NAICS

General Automotive Repair (811111)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the 92d Contracting Squadron, is soliciting proposals for the repair of Utility Task Vehicles (UTVs) at Fairchild Air Force Base in Washington. The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, supervision, and quality control to repair vehicle damage and replace parts as specified in the Statement of Work. This procurement is part of a Total Small Business Set-Aside initiative, emphasizing the government's commitment to promoting small business participation in federal contracting. Interested vendors must submit their quotations by June 16, 2025, and are encouraged to contact Valerie Lawrence or Brian M Fernandez for further information regarding the solicitation.

    Files
    Title
    Posted
    The 92d Contracting Squadron is issuing a Request for Quotation (RFQ FA462025QA962) for commercial services related to the repair of Utility Task Vehicles (UTVs) as part of a 100% Small Business Set-Aside initiative. The acquisition requires potential offerors to be registered in the System for Award Management (SAM) and follows guidelines outlined in the FAR. The solicitation specifies a fixed firm price contract for five distinct UTV repairs, with detailed descriptions and unit requirements under the contract line item numbers (CLINs). Offerors must meet specific provisions and provide a lead time for repairs. Key evaluation factors for quotes include price and the vendor's qualification and compliance with predefined Federal guidelines. The document includes various clauses and provisions, emphasizing obligations concerning telecommunications and child labor practices, among others. The due date for submissions is June 12, 2025. This solicitation reflects the government’s approach to ensuring quality services while promoting small business participation in federal contracting activities.
    This document is an amendment to Solicitation FA462025QA962, related to the service of five Polaris Ranger vehicles for the 92nd Contracting Squadron at Fairchild Air Force Base. Effective June 10, 2025, it serves to provide responses to questions from potential offerors. Specifically, it clarifies the vehicle identification numbers (VINs) and mileage for each Ranger, as well as indicates that there is no incumbent contract for this service. Offerors must acknowledge receipt of this amendment and submit their proposals accordingly. The amendment maintains all previously established contract terms and conditions while addressing specific inquiries to assist potential bidders in preparing their offers. The overall purpose is to ensure transparency and clarity in the procurement process, aiding contractors in submitting precise proposals based on the updated information.
    This document is an amendment to the Request for Quote (RFQ) FA462025QA962 issued by the 92nd Contracting Squadron at Fairchild Air Force Base. The primary purpose of Amendment 0002 is to extend the submission deadline for proposals from 12 June 2025 at 10:00 AM PT to 16 June 2025 at 10:00 AM PT. Additionally, it clarifies that all other terms and conditions of the associated solicitation remain unchanged and in full effect. The amendment requires contractors to acknowledge receipt, either through a specific method outlined in the document or by updating any previously submitted offers. The document is structured to provide clear instructions on acknowledging amendments, along with administrative changes, ensuring compliance with the Federal Acquisition Regulation guidelines. This amendment is a typical procedural update in the context of government solicitations, aimed at facilitating better participation from vendors by allowing more time to prepare their proposals.
    The document is an attachment concerning the wage determination relevant to government contracting under the Request for Proposal (RFP) FA462025QA962. It outlines wage rates and labor classifications that contractors are required to apply when bidding for government contracts. The wage determination includes detailed information on various job classifications, including skilled and unskilled labor, their designated wage rates, and corresponding benefits. This information is vital for ensuring compliance with federal labor standards in contractor agreements. By specifying these wage rates, the document aims to protect worker pay in government contracts and promote fair compensation practices. Participation in the federal contracting process requires adherence to these wage standards, which directly impact contractor bidding strategies and financial planning.
    Lifecycle
    Title
    Type
    AMXS Polaris Repair
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the renewal of Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunications services that meet specific operational requirements outlined in the attached Statement of Work, including service quality, outage management, and compliance with government standards. This contract is critical for maintaining effective communication capabilities, particularly during emergencies, and is set aside exclusively for small businesses under NAICS code 517111. Proposals are due by December 18, 2025, at 10:00 AM PST, with past performance questionnaires required by December 16, 2025, at 1:00 PM PST. Interested parties can contact Michael Salone at michael.salone@us.af.mil or 509-247-8082 for further information.
    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.
    Common Data Entry Electronic Unit (CDEEU)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Common Data Entry Electronic Units (CDEEU) and associated components, primarily for F-16 aircraft, under solicitation FA8251-26-R-0002. The contractor will be responsible for testing and repairing various National Stock Number (NSN) items to a serviceable “A” condition, adhering to OEM specifications and ISO 9001-2015 quality standards, with deliveries expected to commence 30 to 60 days after receipt of assets. This procurement is critical for maintaining the operational readiness of F-16 avionics, ensuring that essential components are restored to functionality. Interested contractors should contact Piper Martin at piper.martin@us.af.mil or Jesse Baird at jesse.baird@us.af.mil for further details, and are encouraged to review the solicitation documents for specific requirements and deadlines.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Remanufacture of F-15 Butterfly Valve
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to remanufacture F-15 Butterfly Valves under a total small business set-aside contract. The procurement involves a five-year firm fixed-price contract, which includes a three-year basic period and a two-year option, requiring contractors to restore the valves to a like-new condition through disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing. These valves are critical components for controlling cabin airflow in F-15 aircraft, ensuring operational efficiency and safety. Interested vendors must submit their proposals by January 7, 2026, at 3:00 PM CST, and can direct inquiries to Jessica Vinyard at jessica.vinyard.1@us.af.mil or Matthew Churchwell at matthew.churchwell.2@us.af.mil.
    F-16 Installation Tool Kit, B
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the F-16 Installation Tool Kit, designated under solicitation FA8203-25-Q-0008. This procurement involves the supply of specific installation tools required for the F-16 aircraft, particularly under two foreign military sales cases, with an emphasis on an "All or None" award approach based on the lowest total evaluated price. The tools are critical for maintaining and servicing the F-16 aircraft, ensuring operational readiness and safety. Proposals are due by January 9, 2026, at 4:30 PM MST, and interested contractors should direct inquiries to Sara Tibbetts at sara.tibbetts@us.af.mil or Nathan Hirschi at nathan.hirschi@us.af.mil for further details.
    Hill AFB F-35 Aircraft Repair Augmentation Effort
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the F-35 Aircraft Repair Augmentation Effort at Hill Air Force Base in Utah. This procurement involves maintenance, repair, and rebuilding of aircraft components and accessories, as outlined in the attached Redacted Justification and Approval document for Contract FA822423C0003. The services are critical for ensuring the operational readiness and longevity of the F-35 aircraft fleet. Interested parties can reach out to Jason Neering at jason.neering@us.af.mil or by phone at 801-837-6938, or contact Hannah Rearick at hannah.rearick@us.af.mil or 801-586-3335 for further details.