Equipment Services Support (ESS) Contracted Maintenance and Repair Contract at Naval Station Rota, Spain
ID: N3943025R2007Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFAC SYSTEMS AND EXP WARFARE CTRPORT HUENEME, CA, 93043-4301, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (81131)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION/MINING/EXCAVATING/HIGHWAY MAINTENANCE EQUIPMENT (J038)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is soliciting proposals for the Equipment Services Support (ESS) Contracted Maintenance and Repair Contract at Naval Station Rota, Spain. This contract aims to establish and support a comprehensive Equipment Maintenance and Repair program, covering operational, maintenance, and corrective services for various Civil Engineering Support Equipment (CESE) and related items at the facility. The contract is critical for ensuring the operational readiness of mission-critical equipment, with an estimated maximum value of $8 million over a five-year period, including a potential six-month extension. Proposals are due by April 27, 2025, and interested parties should direct inquiries to Desiree Garcia at desiree.e.garcia9.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for the Equipment Support Services Contract at Naval Station Rota, Spain. It establishes the requirement for maintenance and repair services for various Naval Expeditionary Equipment Assets, including vehicles and other operational equipment. The contractor is responsible for providing all necessary labor, supervision, and resources to ensure readiness and compliance with military standards. Key points include the scope of work detailing the types of equipment serviced, the contractual obligations of the contractor, and specific compliance requirements with military and federal regulations. The document emphasizes logistics, maintenance tracking, and quality control through regular reporting. Contractors must provide certified personnel and maintain oversight during all stages of service delivery. Additionally, the contract is structured as an Indefinite Delivery, Indefinite Quantity (IDIQ), meaning task orders can be issued based on evolving needs. Performance requirements are defined, including prompt reporting and adherence to safety and operational guidelines. Overall, the document serves as a comprehensive framework to enhance fleet readiness through effective maintenance and repair of critical naval equipment assets.
    The file outlines an amendment to Solicitation N3943025R2007, detailing modifications to a contract for maintenance services involving approximately 432 assets at a U.S. naval facility. Key updates include responses to questions raised by potential offerors, revisions to the Statement of Work, and implementation of Class Deviation 25-O0004 regarding sustainability. The government confirms asset counts, outlines maintenance service requirements, and clarifies responsibilities for documentation and inspections. It emphasizes that no painting services are required under this contract and various inspection and evaluation protocols are established. The contractor may be required to respond to emergent maintenance tasks, ensuring mission-critical equipment remains operational. Coordination with government representatives for part procurement and maintenance scheduling is specified, reinforcing the collaborative nature of the contract execution. This amendment aims to enhance transparency, ensure compliance, and solidify expectations between the contracting parties while addressing contractor inquiries to facilitate effective submissions.
    This document is an amendment (0004) to a solicitation (N3943025R2007) issued by NAVFAC EXWC, extending the proposal due date by one week from April 18, 2025, at 5:00 PM PDT to April 27, 2025, at the same time. The amendment formally maintains all prior terms and conditions related to the solicitation while acknowledging the new deadline for submission of offers. Contractors must confirm receipt of this amendment via specified methods to ensure their offers are considered. Failure to acknowledge the amendment prior to the new deadline may result in the rejection of submitted offers. The document serves to ensure clarity and compliance with federal acquisition regulations, reflecting procedural updates necessary for prospective bidders in government contracts.
    The document is an amendment (P0002) to a solicitation (N3943025R2007) issued by the Naval Facilities Engineering Command (NAVFAC EXWC), extending the due date for proposal submissions from April 6, 2025, to April 18, 2025, at 5:00 PM PDT. It states that all other terms and conditions of the original solicitation remain unchanged. Contractors must acknowledge receipt of the amendment to ensure their offers are considered before the newly specified deadline. The amendment emphasizes adherence to procedures for acknowledgment and submission changes, highlighting the importance of timely communication to avoid rejection. Such amendments are common in government RFP processes to accommodate changes and ensure fair evaluation of proposals. The purpose of extending the proposal deadline is likely to allow bidders more time to prepare and submit their proposals, thus improving competition and enhancing the quality of responses received.
    Similar Opportunities
    P919 Bulk Tank Farm Improvements, Phase 1 Naval Station Rota, Spain
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the P919 Bulk Tank Farm Improvements, Phase 1 project at Naval Station Rota, Spain. This procurement involves the construction of two 50,000-barrel cut-and-cover tanks, associated pumping equipment, and an 18-inch fuel pipeline, with a contract value estimated between $25 million and $100 million. The improvements are critical for enhancing fuel supply capabilities and ensuring compliance with stringent safety and operational standards. Proposals are due by January 14, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Liz Roberts at elizabeth.l.roberts31.civ@us.navy.mil for further details.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.
    Elevator Maintenance and Repair Services
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Elevator Maintenance and Repair Services at the Naval Submarine Base New London in Groton, Connecticut. The contract requires the provision of all necessary labor, supervision, materials, and equipment to perform both recurring and non-recurring elevator maintenance and repair tasks, emphasizing a performance-based service acquisition approach. This service is critical for ensuring the operational efficiency and safety of vertical transportation systems within the base, which includes a diverse inventory of elevators and lifts. Interested contractors can obtain further details and submit proposals by contacting Rebecca Spaulding at rebecca.j.spaulding.civ@us.navy.mil or by phone at 860-694-4557. The contract will have a base period of 12 months with four additional option years, and the estimated total cost for non-recurring work is $750,000 over five years.
    USS Rafael Peralta (DDG-115)6A1 CMAV ICN/KO: 38K6A99101-A01,38K6A62501 -A01
    Dept Of Defense
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for scaffolding installation and removal services in support of the USS Rafael Peralta (DDG-115) at Yokosuka Naval Base, Japan. The contract is specifically aimed at firms with an active U.S. Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) that are authorized to operate in Japan, emphasizing compliance with NAVSEA and SRF-JRMC standards for quality assurance and operational procedures. Proposals must be submitted by December 19, 2025, at 10:00 AM Japan Standard Time, with access to detailed work specifications available through DoD SAFE upon request by December 15, 2025. Interested parties can contact Yoko Yamaguchi at yoko.yamaguchi.ln@us.navy.mil for further inquiries.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    Aircraft Carrier Readiness Support
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking contractors for the Aircraft Carrier Readiness Support contract, aimed at enhancing the operational readiness of U.S. Navy aircraft carriers. This procurement involves providing professional engineering assistance, including technical expertise, logistics coordination, and quality assurance, to support the maintenance and modernization of the USS Nimitz (CVN 68) and USS Gerald R. Ford (CVN 78) class carriers. The contract is crucial for ensuring that these vessels are mission-capable and ready for deployment, aligning with the Navy's operational requirements. Interested parties should note that the solicitation is expected to be available around February 1, 2026, with a total contract period anticipated from August 1, 2026, to July 30, 2031. For inquiries, contact Jill Joscelyn at jill.h.joscelyn-smith.civ@us.navy.mil or call 757-443-1219.
    LEGACY LANDING CRAFT AIR CUSHION (LCAC) AND LCAC100 CLASS MAINTENANCE AND REPAIR SUPPORT
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking maintenance and repair support for the Legacy Landing Craft Air Cushion (LCAC) and LCAC100 class vessels. This procurement aims to ensure the operational readiness and longevity of these critical marine assets, which play a vital role in amphibious operations and logistics. A pre-solicitation conference will be held via Microsoft Teams on January 7, 2026, from 1:00 p.m. to 2:00 p.m. CST, where interested offerors must submit their intent to participate by January 6, 2026, at 10:30 a.m. CST. For further inquiries, contact Kathleen Stewart at kathleen.a.stewart23.civ@us.navy.mil or Frances Negron at frances.j.negron.civ@us.navy.mil.