Equipment Maintenance and Repair Services
ID: M0068125R0004_SWRFT_Equip_Maint_RepairType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP PENDLETON, CA, 92055-5001, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

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

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the United States Marine Corps (USMC), is seeking proposals for Equipment Maintenance and Repair Services to support various Marine Corps installations across California and Arizona. The procurement aims to provide essential services including equipment checks, cleaning, refueling, and minor repairs for mobile equipment at six sites, with a contract period starting April 1, 2025, and extending through a base year and four option years. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be evaluated based on the lowest price technically acceptable (LPTA) methodology, considering pricing, technical capabilities, and past performance. Interested contractors must submit their proposals electronically by March 25, 2025, and can contact David Lange or Philip Maaninen for further information at their respective email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Amendment 0001 to a solicitation for equipment maintenance and repair services, specifically targeting the Marine Corps installations across several areas in California and Arizona. The amendment aims to clarify responses to potential contractors' questions and updates essential aspects of the Request for Proposal (RFP). Importantly, it confirms that no existing contract is currently in place and provides details on Full Time Equivalent (FTE) staffing requirements, billing practices for CLINs, and outlines the roles of contractor personnel in performing basic repairs without ordering parts. Key updates to the RFP include modifications related to the Accident Prevention Plan and Quality Control Program requirements. The procurement is set aside for Service-Disabled Veteran Owned Small Businesses, with evaluations based on the lowest price technically acceptable (LPTA) criterion. Proposals will be assessed on pricing, technical capabilities, and past performance, ensuring the selected contractor can meet all outlined requirements. Detailed instructions specify submission formats and deadlines. The amendment underscores a transparent bidding process while maintaining stringent standards for safety and service quality, reinforcing the Government's commitment to effective contract management and performance for military support services.
    The document outlines an amendment to a government solicitation for Equipment Maintenance and Repair Services at various Marine Corps installations. Key changes include the extension of the proposal due date to March 25, 2025, and updates to the proposal requirements in Sections L and M, specifically enhancing the technical content related to accident prevention and quality control plans. This solicitation is set aside for Service-Disabled Veteran Owned Small Businesses and seeks detailed responses that demonstrate the proposer's capability to meet technical requirements, past performance, and pricing expectations. Proposals must be submitted electronically with strict adherence to formatting guidelines and specific submission instructions, as mailed or faxed documents are not accepted. The evaluation process will use a lowest price technically acceptable methodology, assessing each proposal based on price, technical capability, and past performance. The overall objective of this amendment and solicitation is to ensure the effective delivery of maintenance services while complying with government contracting standards.
    The document provides detailed hourly data for servicemen across several military locations over a year, specifically outlining the number of days worked, employees present, daily hours, and total hours for each site. The locations include Camp Pendleton, Miramar, 29 Palms, Barstow, Bridgeport, and Yuma. Each month's data records the operational activity for 12 months, with Camp Pendleton consistently reporting the highest total hours. The yearly totals indicate 8,032 hours at Camp Pendleton, 2,008 at Miramar, 4,016 at 29 Palms, and 1,168 at Yuma, among others. Bridgeport's data shows reduced activity, particularly in May through July, with zero recorded hours, suggesting either a halt in operations or a reporting change. This document serves as a logistical overview for analyzing workforce allocation at various military installations as part of broader government RFPs and grants. The data may assist decision-makers in evaluating current resource distribution and planning future expenditures or staffing needs effectively.
    The document is a detailed inventory listing for heavy equipment and vehicles owned by various locations, primarily in 29 Palms, Barstow, and Bridgeport. It includes classifications such as graders, bulldozers, compactors, cranes, excavators, forklifts, trucks, trailers, low-speed vehicles, and more, detailing equipment specifications like manufacturer ID, model ID, model year, and location. The inventory reflects a significant investment in a diverse range of operational equipment required for engineering, construction, emergency response, and environmental management tasks within government operations. This comprehensive catalog is likely essential for federal agencies in managing assets, procurement processes, maintenance planning, and compliance with regulatory requirements. It is indicative of government initiatives to ensure adequate policy enforcement, budget allocation for operations, and adherence to operational readiness through such structured asset management. Overall, the inventory serves as a foundational resource for assessing equipment capabilities and planning for future operations across government facilities.
    The government document pertains to a Request for Proposals (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on equipment maintenance and repair services for the Southwest Region Fleet Transportation (SWRFT) at various Marine Corps installations. The contractor is required to provide all necessary materials, equipment, personnel, and supervision to maintain and repair fleet transportation equipment including forklifts, tractors, and similar machinery. Key details include a contract period starting April 1, 2025, encompassing a base year and four option years, with a provision for a six-month extension. The solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Performance will be monitored through a Quality Assurance Surveillance Plan (QASP), ensuring adherence to safety and operational standards. Overall, this document outlines the requirements, responsibilities, and evaluation metrics for potential contractors, aiming to improve operational efficiency and meet the logistical needs of military bases while supporting small business initiatives.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Non-Tactical Vehicles (NTVs) Preventative Maintenance and Repair Service for U.S. Marine Corps Forces Korea (MARFORK)
    Buyer not available
    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.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Buyer not available
    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 secure comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and corrosion control services. The contract, which is set aside for 8(a) small businesses, is anticipated to span from January 2027 to January 2032, with five one-year ordering periods and a six-month option for extension. Interested parties should submit their offers through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and for further inquiries, they can contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    J065--Sterile Storage Cabinets PM&R
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide a Preventative Maintenance (PM) program for sterile storage cabinets at the West Los Angeles VA Medical Center. The objective of this procurement is to ensure the reliability and efficiency of the equipment through scheduled annual maintenance, while also identifying potential issues before critical failures occur. This service is crucial for maintaining optimal conditions in clinical areas where temperature and humidity are concerns. The solicitation is expected to be released around November 21, 2025, with proposals due by December 11, 2025, at 5:00 P.M. MST. This opportunity is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, and all interested parties must be government-certified. For further inquiries, contact Jamie ElBedawi at jamie.elbedawi@va.gov.
    C/KC130 Air Vehicle: Engine Module Repair
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should direct inquiries and requests for access to solicitation attachments to Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    MFR Wash Rack Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    ED Diagnostic Unit
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the supply of ED Diagnostic Units, specifically NSN: 2350-99-838-2125, with a total quantity of 12 units and an option for an additional 12 units. This procurement is a total small business set-aside, emphasizing the need for military-level packaging and compliance with specific delivery schedules, including origin inspection and acceptance. The ED Diagnostic Units are critical components for military armored vehicles, underscoring their importance in maintaining operational readiness. Proposals are due by December 8, 2025, and must be submitted via email to Contract Specialist Christa Langohr at christa.langohr@dla.mil, with further details available in the solicitation document.
    Heavy Equipment Program - Sweeper and Scrubber Equipment SPE8EC25R0003
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is issuing a solicitation for the Heavy Equipment Program, specifically for sweeper and scrubber equipment under solicitation number SPE8EC25R0003. This opportunity seeks proposals for multiple Indefinite Delivery/Requirements Contracts for new commercial equipment, including utility sweepers, warehouse sweepers, street sweepers, and associated support services for the U.S. Military and other authorized government agencies. The contracts will have a ten-year term with no options, and proposals must be submitted by November 16, 2034, at 4:00 PM EST, with evaluations based on the Lowest Price Technically Acceptable (LPTA) method. Interested vendors can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.