Ford Vehicle Repair BPA
ID: FA441726Q0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4417 1 SOCONSHURLBURT FIELD, FL, 32544-5810, 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, specifically the Department of the Air Force, is seeking qualified small businesses to provide vehicle maintenance and repair services for Ford vehicles under a Blanket Purchase Agreement (BPA) at Hurlburt Field, Florida. The contractor will be responsible for all management, tools, equipment, supplies, and labor necessary for servicing vehicles for the 823d RED HORSE Squadron, with individual service calls ranging from $2,500 to $25,000 and a total BPA limit of $350,000 over the contract period from November 1, 2025, to October 31, 2030. This procurement is critical for maintaining operational readiness and ensuring the reliability of the Air Force's vehicle fleet. Interested contractors must submit their price lists and required certifications by October 29, 2025, at 11:00 AM CST, and direct any questions to Tyler Peterson or TSgt Justin Carroll via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The 1st Special Operations Contracting Squadron is seeking Blanket Purchase Agreements (BPAs) for Ford Vehicle Maintenance and Repair Services at Hurlburt Field, FL. This Request for Quotation (RFQ) is a small business set-aside under NAICS code 811111, with a maximum BPA limit of $350,000 and individual call orders up to $25,000. Services, including diagnostics and labor, are to be performed at the contractor's location from November 1, 2025, to October 31, 2030. Offers will be evaluated based on best value, considering price, past performance, and other factors. Contractors must submit price lists and required certifications, including active SAM registration, by October 29, 2025, at 11:00 AM CST. Questions are due by October 24, 2025, at 11:00 AM CST. Key contacts are Tyler Peterson and Justin Carroll. The solicitation incorporates various FAR and DFARS clauses, including those related to electronic payments via WAWF and contractor access to Air Force installations.
    This Statement of Work (SOW) outlines the requirements for vehicle maintenance services for the 823d RED HORSE Squadron (823 RHS). The contractor must provide all management, tools, equipment, supplies, and labor for vehicle maintenance within an 80-mile radius of Hurlburt Field, FL. Services are authorized for calls from an approved list, with costs between $2,500 and $25,000. The contractor will diagnose, troubleshoot, and repair vehicles in accordance with manufacturer specifications and regulations. This includes providing written quotes, performing operator checks, and avoiding salvaged parts. The government will handle vehicle transportation. Key deliverables include documentation of repairs, warranties, and routine maintenance schedules. The contractor is responsible for government-furnished property, ensuring personnel compliance with base access and security regulations, and re-performing non-conforming services at no additional cost. Hours of operation are Monday through Friday, 0830 to 1500, excluding military holidays.
    This Blanket Purchase Agreement (BPA) outlines the terms and conditions for vehicle maintenance and repair services for the 823rd Red Horse Squadron (823 RHS) Ford Vehicles from November 1, 2025, to October 31, 2030. The contractor is responsible for providing all necessary resources, including management, tools, equipment, supplies, and labor, as specified in the Statement of Work and an approved price list. The government's obligation is limited to actual calls placed, with a master dollar limit of $350,000 and an individual call limit of $25,000. Authorized personnel will be provided to the contractor. Delivery tickets must include detailed information such as supplier name, BPA number, date of purchase, purchase number, itemized list of services, quantity, unit price, extension, and delivery date. Itemized invoices are to be submitted monthly for all outstanding accounts.
    This document is a combined synopsis and solicitation for the repair and maintenance of Ford Vehicles. It outlines the establishment of a Blanket Purchase Agreement (BPA) and requires firms to indicate whether they are a small business concern. Key information requested includes contact details for pricing, prompt payment discounts, CAGE Code, Unique Entity ID, and TAX ID Number. The Statement of Work (SOW) includes a schedule of services: Diagnosis/Troubleshooting Services (Item 0001), Labor Hours (Item 0002), and Parts Replacement (Item 0003), which is applicable only after award. Firms must agree to the BPA and provide all requested identification numbers. This solicitation aims to secure services for vehicle maintenance as per the attached SOW.
    This government file, Wage Determination No.: 2015-4531, Revision No.: 31, issued by the U.S. Department of Labor Wage and Hour Division, outlines the minimum wage rates and fringe benefits for service contract employees in Okaloosa County, Florida. It details hourly rates for various occupations, including administrative, automotive, food service, health, IT, and maintenance roles. The document emphasizes compliance with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts awarded or renewed on or after specific dates in 2022 and between 2015-2022, respectively, with annual adjustments. It also includes provisions for paid sick leave under EO 13706, health and welfare benefits ($5.55 or $5.09/hour), vacation (2-4 weeks after 1-11 years), and eleven paid holidays. Special conditions for computer employees, air traffic controllers, weather observers (night/Sunday pay), hazardous duty, and uniform allowances are also specified. A conformance process for unlisted job classifications is provided to ensure fair compensation.
    The provided government file is a placeholder document indicating that the user's PDF viewer may not be able to display its contents. It advises upgrading to the latest version of Adobe Reader and provides links for download and further assistance. The document also includes trademark information for Windows, Mac, and Linux. This file's purpose is to guide users encountering display issues with government-related PDFs, such as those for RFPs or grants, ensuring they can access and view important documents.
    The document is a detailed inventory of various Ford trucks, categorized by their item description, manufacturer model number, and unique serial number. It lists utility trucks (F250, E350), an ambulance truck (F350), cargo trucks (F350), and maintenance trucks (F450, F550). This inventory, likely part of a government procurement or asset management record, provides specific identification for each vehicle. The data is crucial for tracking government assets, managing fleet operations, or fulfilling reporting requirements related to vehicle acquisition and deployment within federal, state, or local government entities.
    Lifecycle
    Title
    Type
    Ford Vehicle Repair BPA
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    FIRE TRUCK MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    MI-MARQUETTE BS-TRUCK REPAIR
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking proposals for vehicle repair services for a government-owned 2024 Chevy 2500 Ext. Cab 4x4 involved in an accident at the Marquette Biological Station. The contractor will be responsible for restoring the vehicle, which includes repairs to various components such as the cab, side impact sensors, rear door, and conducting complete vehicle diagnostic testing. This procurement is crucial for maintaining the operational readiness of government vehicles used in wildlife service activities. Interested contractors must submit their quotations by December 8, 2025, at 10 AM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289. The contract period will extend from the award date through June 30, 2026.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    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.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 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, and proposals must remain valid through March 31, 2026.
    Repair of B-1B Torque Motor
    Buyer not available
    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.
    Master Blanket Purchase Agreement (BPA) for Vehicle Rental in Country of Honduras
    Buyer not available
    The Department of Defense, through the 410th Contracting Support Brigade, is seeking qualified contractors to establish a Master Blanket Purchase Agreement (BPA) for the rental of commercial vehicles in Honduras. This procurement involves providing non-tactical vehicles, with or without drivers, along with all necessary personnel, equipment, and services to support Joint Task Force-Bravo at Soto Cano Air Base. The BPA will be a firm-fixed-price contract for a duration of five years, with a maximum ceiling value of $5,000,000, and requires compliance with both U.S. and Honduran regulations, including specific vehicle and driver qualifications. Interested parties should contact SSG Yanto Doko Sansima at yanto.d.dokosansima.mil@army.mil or Yesica M. Valladares at yesica.m.valladares.ln@mail.mil for further details and to ensure eligibility, as registration with the System for Award Management (SAM) is mandatory.
    Blanket Purchase Agreement (BPA) for Cummins Power Parts
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking proposals for a Blanket Purchase Agreement (BPA) specifically for Cummins Power Parts, with a focus on brand-name items only. This procurement is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 333618, which pertains to Other Engine Equipment Manufacturing. The goods are essential for maintaining operational readiness and efficiency within military operations. Interested vendors should direct their inquiries to Melvina McNeill at melvina.l.mcneill.civ@mail.mil or by phone at 703-545-9495, with the exact address for performance to be provided upon award.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    Vehicles Parts
    Buyer not available
    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.
    Parts Washer Cleaner Services BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide parts washer cleaning services through a Blanket Purchase Agreement (BPA). The primary objective of this procurement is to ensure the effective maintenance and cleaning of parts washers as required by the Air Force, which is crucial for maintaining operational efficiency and equipment reliability. Interested parties should note that the solicitation period has been extended to December 8, 2025, at 1:30 PM CST, and they can reach out to Kodei Calvin at kodei.calvin@us.af.mil or by phone at 850-884-7619 for further inquiries.