HEAVY EQUIPMENT MECHANIC SERVICES
ID: W50S9H-25-Q-A014Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N8 USPFO ACTIVITY WIANG CRTCCAMP DOUGLAS, WI, 54618-5001, USA

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

Women-Owned Small Business (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Heavy Equipment Mechanic Services at Volk Field Air National Guard Base in Camp Douglas, Wisconsin. The contract requires the contractor to provide all personnel, supervision, and quality control necessary for maintaining and repairing military vehicles and equipment, with a focus on both scheduled and unscheduled maintenance. This procurement is particularly significant as it is set aside for Women-Owned Small Businesses (WOSB), reinforcing the government's commitment to fostering diverse business participation. Interested contractors must submit their offers by July 8, 2025, and direct any inquiries to Seth I. Swieter or Riley Smith via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for Heavy Equipment Mechanic (HEM) Services at Volk Field Air National Guard Base in Camp Douglas, WI. The contractor is responsible for all personnel, tools, and materials needed to maintain and repair various military vehicles and equipment, including scheduled and unscheduled maintenance on a fleet of 166 vehicles. Services will be provided during weekdays, with specific guidelines for teleworking, security, and quality control procedures. The contract consists of a 12-month base year and one optional 12-month extension. Contractors must maintain compliance with installation regulations, safety protocols, and performance metrics as evaluated through a Quality Assurance Surveillance Plan. Reports on maintenance status and inventory will be required to ensure operational readiness. The document emphasizes the need for contractor adherence to federal regulations, safety standards, and antiterrorism training. Additionally, there are strict security measures for employee access to the facility, including the possible requirement for Common Access Cards (CACs) and background checks. Overall, the PWS serves as a comprehensive framework for executing HEM services while ensuring compliance with military and governmental standards.
    The document addresses the Request for Proposal (RFP) for Heavy Equipment Mechanic (HEM) services under the contract W50S9H25QA014, with a conclusion date of June 25, 2025. It clarifies several operational queries regarding the contract management and logistics involved in the service provision. Key points include that an onsite Contract Manager is not required, and all basic tools, office supplies, and repair parts necessary for maintenance will be provided by the Government, ensuring the contractor's responsibilities are clearly delineated. Moreover, the current contractor, Leo Tech LLC, employs six Full-Time Equivalents (FTEs) for this function, with the anticipation of maintaining this number to meet contract obligations. This document serves as a critical guideline for potential bidders, outlining the terms and expectations for the upcoming contract for heavy equipment maintenance services. Ensuring clarity on these points facilitates a better understanding for contractors regarding their operational requirements and the extent of resources provided by the Government.
    The document contains a series of questions and answers regarding the Heavy Equipment Mechanic (HEM) Services contract, specifically identified as W50S9H25QA014. It outlines key clarifications for potential contractors about operational and administrative expectations. Notably, an onsite Contract Manager is not required, and the Government will supply all necessary tools, materials, and parts for repairs. The current incumbent is Leo Tech LLC, with the Government anticipating the need for six Full-Time Equivalent (FTE) Heavy Equipment Mechanics. The document also addresses submission requirements, confirming a 10-page limit that includes past performance and pricing details. The Government clarifies that Personal Protective Equipment (PPE) will be provided, although items like Steel Toe boots will not be included. Additionally, the Government will not fund specific training or certifications for contractors, such as forklift certification or NFPA Level II Emergency Vehicle Technician certification. Contractors are also informed about historical workload data, indicating significant hours of maintenance performed over the last two fiscal years, comprising a mix of scheduled and unscheduled tasks. Overall, the document is structured as a Q&A to provide transparency and guidance to interested contractors in the heavy equipment services sector under federal oversight.
    The document outlines a government solicitation for contracts aimed at providing Heavy Equipment Mechanic Services, specifically targeting Women-Owned Small Businesses (WOSB). The solicitation details requirements for a performance work statement, evaluation criteria for proposals, and various clauses governing the contract. Key elements include a twelve-month base contract with an option for an additional year and potential six-month extensions. Evaluation will focus on technical acceptability, price, and past performance, where offers must demonstrate understanding and compliance with service requirements. The total evaluated price will account for both basic and optional services, promoting fair pricing and quality work. Clauses ensure compliance with federal regulations and emphasize support for small and disadvantaged businesses, reinforcing the government’s commitment to fostering diverse business participation. The structured format facilitates clear communication of requirements and evaluation processes within the scope of federal contracting.
    The document outlines the cost proposal for the Heavy Equipment Mechanic services under the federal contract W50S9H-25-Q-A014. It specifies the performance periods, including a base period from September 28, 2025, to September 27, 2026, and an option period from September 28, 2026, to September 27, 2027. The proposal requires the contractor to enter detailed pricing information, such as unburdened labor hours, labor costs, indirect costs, fringe benefits, overhead, and general and administrative costs for this position. However, all relevant sections are currently marked with placeholder values or left empty, indicating no specific figures have been provided. The document reflects a structured format typical in government RFPs, emphasizing the importance of comprehensive and precise submissions in response to federal and state contracting opportunities. The critical focus is on securing appropriately skilled labor for heavy equipment mechanics while maintaining cost transparency for federal funding.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Agricultural Wash of Military Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide agricultural wash services for military equipment in support of the 1st Brigade Combat Team, 101st Airborne Division (Air Assault) as they prepare for deployment to the United States European Command area of responsibility. This procurement involves a firm-fixed-price purchase order utilizing Fiscal Year 2023 Operations and Maintenance, Army (OMA) funds, highlighting the importance of maintaining equipment hygiene and compliance with environmental standards during military operations. Interested parties can reach out to Angela Piekielko at angela.c.piekielko.civ@army.mil or by phone at 270-461-1012, or Ray Neblett at james.r.neblett2.civ@army.mil or 270-412-9834 for further details regarding this opportunity.
    Non-Tactical Vehicles (NTVs) Preventative Maintenance and Repair Service for U.S. Marine Corps Forces Korea (MARFORK)
    Dept Of Defense
    The Department of Defense is soliciting proposals from Women-Owned Small Businesses (WOSB) to provide preventative maintenance and repair services for Non-Tactical Vehicles (NTVs) at U.S. Marine Corps Forces Korea (MARFORK) facilities, specifically at Camp Humphreys and Camp Mujuk. The contract encompasses a range of services including monthly, semi-annual, and annual inspections, tire services, repair services, pick-up and delivery, and emergency towing, with a performance period extending from March 2026 to December 2030, including multiple option years. This contract is crucial for maintaining the operational readiness of military vehicles in the region, ensuring compliance with Korean Motor Manufacturer manuals and safety standards. Interested contractors must submit their proposals via the PIEE Solicitation Module by December 2, 2025, and can direct inquiries to Addison Park at addison.e.park.civ@army.mil or by phone at 315-755-0009.
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, under solicitation FA857926R00010001. This firm-fixed-price requirements contract is set for a five-year period, with an estimated quantity of five units per kit for each of the five ordering periods, and is specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The equipment is crucial for measuring and testing electrical signals, and all kits will be inspected and accepted at Robins AFB in Georgia. Interested offerors must provide a financial capability statement, substantiating documentation, and detailed pricing information, with proposals due by the specified deadline. For further inquiries, contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    Grounds Maintenance Services at WA070
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Grounds Maintenance Services at WA070. The procurement aims to ensure the upkeep and aesthetic quality of the grounds, which is vital for maintaining operational readiness and a professional environment. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under NAICS code 561730, which pertains to Landscaping Services. Interested parties can reach out to Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil or by phone at 520-706-0736, or Shannon Baker at shannon.a.baker2.civ@army.mil for further details.
    25--CLAMP,TOW BAR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of eight units of the CLAMP, TOW BAR (NSN 2590016908685). This solicitation is specifically set aside for Women-Owned Small Businesses (WOSB) and aims to fulfill a critical need for vehicular equipment components. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    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.
    NEARNG Kitchen Equipment Diagnostic Inspection
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a contract titled "NEARNG Kitchen Equipment Diagnostic Inspection." This procurement involves conducting diagnostic inspections of kitchen equipment at various locations to assess operability and service status, along with performing minor preventative maintenance tasks. The services are crucial for ensuring the functionality and safety of food preparation and serving equipment used by the Army National Guard. This opportunity is set aside for small businesses under NAICS code 811310, with a size standard of $12,500,000. Interested parties should contact Zachery Sehnert at zachery.l.sehnert.civ@army.mil or call 402-309-8253 for further details.
    49--PURIFIER,CENTRIFUGA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of three units of the Purifier, Centrifuga (NSN 4930015725645). This solicitation is specifically set aside for Women-Owned Small Businesses (WOSB) and falls under the NAICS code 333914, which pertains to Measuring, Dispensing, and Other Pumping Equipment Manufacturing. The goods are essential for maintenance and repair operations, highlighting their importance in supporting military logistics and readiness. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The deadline for delivery is set for 167 days after award, with the solicitation available online for review.
    25--CHAMBER,AIR BRAKE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of air brake chambers under solicitation number NSN 2530010929289. The requirement includes a quantity of 172 units, with delivery expected within 74 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These components are critical for vehicular equipment, emphasizing their importance in maintaining operational readiness for military vehicles. Interested vendors, particularly Women-Owned Small Businesses (WOSB), are encouraged to submit electronic quotes, with inquiries directed to DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.