Fitness Equipment Maintenance
ID: FA483025Q0038Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4830 23 CONS CCMOODY AFB, GA, 31699-1700, USA

NAICS

Other Personal and Household Goods Repair and Maintenance (811490)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- RECREATIONAL AND ATHLETIC EQUIPMENT (J078)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide fitness equipment maintenance services at Moody Air Force Base in Georgia. The procurement aims to secure a contractor for routine inspections, preventive maintenance, and repair services for fitness equipment, with a total estimated award amount of $9 million over a base year and four option years. This initiative underscores the importance of maintaining fitness equipment for the well-being of military personnel, ensuring operational effectiveness and compliance with government standards. Interested vendors must submit their quotations by July 29, 2025, and direct inquiries to Connor-Marie Smith at connor-marie.smith@us.af.mil or Gerard J. Entwisle at gerard.entwisle.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for the solicitation FA483025Q0038, which concerns Fitness Equipment Maintenance services for the 23d Force Support Squadron at Moody Air Force Base, Georgia. The contractor is responsible for providing labor, tools, materials, and services for routine inspections, preventive maintenance, and repairs of fitness equipment in specified facilities. Key tasks include conducting an initial inspection, developing a maintenance plan, and ensuring compliance with manufacturer standards for maintenance and repairs. The performance objectives include timely inspections, effective maintenance, and satisfactory response times for routine and emergency repairs. The contractor must uphold specific quality and operational standards, document all maintenance activities, and comply with safety and security requirements of the Air Force installation. Payment structure is clearly defined, including fees for inspections, monthly maintenance, and repairs classified as minor or major, along with procedures for procurement of parts. The document emphasizes the importance of contractor certifications and adherence to safety regulations. Overall, the statement ensures that fitness equipment remains operational and safe for use by personnel at Moody Air Force Base while detailing the responsibilities and standards expected from the contractor.
    The document outlines the Performance Work Statement (PWS) for the solicitation FA483025Q0038, detailing the provision of fitness equipment maintenance services at Moody Air Force Base. The contractor is responsible for the labor, tools, materials, and services necessary for the routine inspection, preventive maintenance, and repairs of cardio and strength equipment in the Freedom 1 Fitness Center. Key tasks include conducting an initial inspection and developing a maintenance plan, submitting documentation and reports, and performing monthly inspections as per manufacturer recommendations. Service hours are specified, along with operational procedures for both routine and emergency repairs, which require prompt response times. Payment terms are defined for various service types, including monthly maintenance fees and additional charges for minor or major repairs. The contractor must maintain certifications from recognized fitness equipment manufacturers and ensure quality control in their services, as monitored by the government. The PWS establishes performance standards by outlining key objectives and thresholds to measure the contractor's effectiveness, reflecting adherence to government requirements. Overall, the document serves to ensure comprehensive and high-quality maintenance of fitness equipment crucial for the well-being of personnel at the base.
    The document outlines a Request for Quotation (RFQ No: FA483025Q0038) for fitness equipment maintenance services from the federal government. The contract spans a base period from October 1, 2025, to September 30, 2026, with four subsequent options extending through September 30, 2030. The primary services required include monthly inspections and maintenance, as well as minor, major, and emergency repair fees for fitness equipment. Each service is quantified, detailing specific quantities for the base period and each option year. The pricing sections indicate that unit prices and total amounts are currently marked as zero, suggesting that suppliers must provide cost estimates. This RFQ reflects the government's ongoing commitment to maintaining health and fitness equipment for its facilities, emphasizing the importance of regular maintenance and repair to ensure operational effectiveness.
    The U.S. Department of Labor's Wage and Hour Division specifies wage determinations under the Service Contract Act, as outlined in Wage Determination No. 2015-4493, Revision No. 28, for Georgia counties including Brooks, Echols, Lanier, and Lowndes. Contracts entered on or after January 30, 2022, require a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $13.30 per hour unless otherwise stated. The document lists various occupations, their corresponding pay rates, and highlights mandatory fringe benefits such as health and welfare provisions, sick leave, vacation, and holiday pay. It clarifies rules related to contracted employees, including conformance for unlisted occupations and wage rates. Moreover, it specifies hazards that may require additional pay differentials and obligations surrounding uniform costs. This document is vital for federal contractors to ensure compliance with wage regulations and to safeguard employee rights under applicable executive orders and federal laws. It serves as an essential reference in the context of government RFPs and grants, ensuring fair compensation and workplace standards for contract workers in the designated regions.
    The document outlines the Wage Determination No. 2015-4493 under the Service Contract Act, detailing minimum wage rates and fringe benefits required for various occupations in specific Georgia counties. Effective from January 30, 2022, contractors must adhere to minimum wage standards set by Executive Orders 14026 ($17.75 per hour) or 13658 ($13.30 per hour), depending on the contract's award date and other conditions. It lists a variety of job classifications, associated rates, and requires contractors to provide health and welfare benefits, including paid sick leave for contracts awarded after January 1, 2017. Occupations are divided into categories, with distinct rates for positions such as administrative support, automotive service, and healthcare roles. Additionally, sections describe the process for addressing new job classifications not listed, ensuring compliance with the determined wage levels. This document ensures that federal contractors uphold fair pay and worker protections as part of federal contracting regulations, illustrating the government's commitment to equitable labor standards.
    The memorandum from the 23D Security Forces Squadron at Moody Air Force Base is a formal request for installation access approval for an individual attending a site visit related to the Fitness Equipment Maintenance RFQ FA483025Q0038. The document includes details such as the individual's full name, last six digits of their Social Security Number, date of birth, organization name, and the expiration date of the access pass, which is limited to one year. This request highlights the procedures necessary for contractors to gain access to military installations for specific project-related activities. The confidential nature of the document emphasizes the importance of safeguarding personal information, warning against unauthorized disclosure or misuse, as it could lead to legal repercussions. This memorandum serves as part of the broader framework of government Requests for Proposals (RFPs) and grants, specifically in ensuring compliance with access protocols for contractors involved in Air Force projects.
    The file appears to be an incomplete document related to government RFPs (Requests for Proposals), federal grants, and state and local RFPs, but it fails to provide substantive content. It primarily includes prompts for updating Adobe Reader and does not present key ideas, supporting details, or a clear structure typical for such documents. Essentially, the purpose of the document seems to be a notice for users encountering issues with opening certain file types, rather than offering any informative content about government procurement processes or funding opportunities. Without additional details or context, it cannot be summarized effectively or analyzed for key points and central ideas, as no relevant information is provided.
    The document outlines a solicitation for fitness equipment maintenance services designated for Women-Owned Small Businesses (WOSB) under RFP FA483025Q0038. The main objective is to secure a contractor for monthly inspections and maintenance of fitness equipment, along with repair services, over a specified period with options for extensions. The total estimated award amount is $9,000,000, and the solicitation includes provisions for competitive bidding under federal guidelines, encouraging participation from economically disadvantaged women-owned small businesses. Key elements include specifications for service delivery, pricing structures for various maintenance services, and guidelines on the submission process for offers. Evaluation criteria prioritize price, technical capability, and past performance in similar contracts to ensure a technically acceptable and cost-effective solution. Additionally, the document specifies compliance requirements with government regulations, including provisions related to preventing discrimination and ensuring fair labor standards. The successful contractor will be responsible for meeting the terms laid out in the Performance Work Statement (PWS) while upholding standards for inspection and acceptance of work done. This initiative reflects the government's commitment to supporting small businesses and enhancing service delivery within federal programs.
    The document pertains to a government Request for Proposal (RFP) regarding the maintenance of fitness equipment, identified by the reference FA483025Q0038. The incumbent contractor for this service is ALLWAYS IMPROVING LLC, with a contract value of $73,965.00. Notably, there are no reported issues or performance concerns related to the current contractor or contract. This indicates a stable operational status and satisfactory performance thus far. The file serves to address queries and provide clarity regarding the fitness equipment maintenance contract, ensuring potential bidders are informed of the existing conditions and expectations for the upcoming proposal submissions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    GEOINT/Infrastructure Field Support System Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the GEOINT/Infrastructure Field Support System Maintenance contract. This procurement aims to secure services for system maintenance, administration, and management in support of the Air Force Distributed Common Ground System (AF DCGS), which includes responsibilities for sensor management and ground system maintenance during Intelligence, Surveillance, and Reconnaissance (ISR) missions. The contract is crucial for ensuring operational readiness and effective management of geospatial intelligence systems, with a performance period spanning from March 29, 2027, to March 28, 2032. Interested contractors are encouraged to submit their capabilities documentation to Barry Frank at barry.frank@us.af.mil or James Jackson at james.jackson.44.ctr@us.af.mil, as participation in this market research does not guarantee future contract awards.
    SimMan Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is conducting a Sources Sought Announcement for maintenance services of Laerdal SimMan medical training equipment at Mountain Home Air Force Base in Idaho. The contractor will be responsible for providing all necessary personnel, labor, management, supplies, and equipment to perform yearly preventative maintenance and extended warranties for one Laerdal SimMan 3G, one SimJunior, and one SimBaby Trach, ensuring compliance with the Performance Work Statement and relevant regulations. This maintenance is crucial for the operational readiness and training capabilities of medical personnel at the base. Interested small businesses are encouraged to submit their company information, including SAM UEI and Cage Code, to the primary contacts, A1C Calix Delgado and 2d Lt Nathan Polk, by the specified deadline to express their interest and capability in fulfilling the requirements.
    Annual SAN Maintenance Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide maintenance support renewal for an existing Storage Area Network (SAN) at Hanscom Air Force Base in Massachusetts. The procurement aims to secure ongoing maintenance for various IBM FlashSystem and TS4300 Tape modules, ensuring on-site repair, media retention, and support during normal business hours, with a performance period from February 1, 2026, to January 31, 2027. This maintenance is critical for the operational integrity and performance of the Air Force's communications and information systems. Interested vendors must submit their quotes by January 5, 2026, and direct any inquiries to Kristin Morrison or Lt Amanda Thoman via the provided email addresses.
    Agilent Preventive Maintenance and Service Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for preventive maintenance and service repair of Agilent instruments and laboratory equipment. The procurement aims to ensure the operational readiness and reliability of critical laboratory equipment through regular maintenance and timely repairs. This service is vital for maintaining the functionality of instruments used in various defense-related research and operational activities. Interested parties can reach out to Tia Askew at tia.j.askew.civ@army.mil or by phone at 706-791-1821, or Sherrilyn Rice at sherrilyn.u.rice.civ@army.mil or 706-791-1831 for further details regarding the opportunity.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    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.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.