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 Department of the Navy, is soliciting proposals for equipment maintenance and repair services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Southwest Region Fleet Transportation (SWRFT) at various Marine Corps installations. The contractor will be responsible for providing all necessary materials, equipment, personnel, and supervision to maintain and repair fleet transportation equipment, including forklifts and tractors, ensuring operational efficiency and compliance with safety standards. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a contract period starting April 1, 2025, with a base year and four option years, plus a potential six-month extension. Interested parties should contact David Lange at david.lange@usmc.mil or Philip Maaninen at philip.maaninen@usmc.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    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
    Defense Maritime Solutions (WARTSILA) Brand Equipment (Supply) and Maintenance Repair
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking potential sources for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract focused on the maintenance and support of Defense Maritime Solutions (WÄRTSILÄ) brand equipment. The procurement aims to secure engineering support, general services, and hardware, with tasks including routine maintenance, corrective repairs, and training, all governed by individual Task Orders (TOs). This initiative is crucial for ensuring the operational readiness of the MSC fleet, adhering to stringent quality and safety standards set by the American Bureau of Shipping (ABS) and the United States Coast Guard (USCG). Interested vendors, particularly small businesses, are encouraged to submit capability statements and past performance data by March 12, 2025, to primary contact Deborah Brett at deborah.d.brett.civ@us.navy.mil or secondary contact Andrew MacDonald at andrew.p.macdonald2.civ@us.navy.mil.
    PM MHTV Diminishing Manufacturing Sources and Material Shortages
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the PM MHTV Diminishing Manufacturing Sources and Material Shortages project, which is categorized under Heavy Duty Truck Manufacturing. The procurement aims to address challenges related to diminishing manufacturing sources and material shortages, ensuring the continued availability and support of critical military vehicles and equipment. This initiative is vital for maintaining operational readiness and sustainability of ground effect vehicles, motor vehicles, trailers, and cycles used by the military. Interested parties can reach out to Hyung Lee at hyung.lee@usmc.mil or Kelvy P. Donovan at kelvy.donovan2@usmc.mil for further information, with the presolicitation notice indicating that the place of performance will be in Quantico, Virginia.
    Preventative and Scheduled Service for DMG Mori Machines
    Buyer not available
    The Department of Defense, specifically the Fleet Readiness Center Southwest (FRCSW), is seeking proposals for preventative and scheduled maintenance services for eighteen DMG Mori machines located in San Diego, California. The contract will encompass preventative maintenance, emergent repairs, and scheduled service, adhering to the Original Equipment Manufacturer (OEM) standards to ensure optimal functionality of the equipment. This procurement is critical for maintaining the operational efficiency of military assets, with a contract type of Firm Fixed Price (FFP) expected to be awarded by December 9, 2024, at 4:00 PM EST. Interested vendors must submit their proposals via DoD Safe and can direct inquiries to Amanda Taylor or Tiffany Crayle at the provided email addresses.
    Small Equipment Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified small businesses to provide maintenance services for small equipment at DLA Distribution in Bremerton, Washington. The procurement encompasses both scheduled Annual Preventive Maintenance (PM) and unscheduled Remedial Maintenance (RM) for various wood and metalworking machinery, ensuring compliance with manufacturer specifications and operational efficiency. This contract is critical for maintaining the reliability of essential equipment used in logistical functions, with a performance period of three years starting from March 2025, and a total budget of $15,000 allocated over the contract duration. Interested contractors must submit their quotes electronically by March 10, 2025, and can direct inquiries to Tom Semones at thomas.semones@dla.mil or by phone at 717-770-6482.
    MHE and SMSE Maintenance Services
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking MHE and SMSE Maintenance Services in Norfolk, VA. The services include lubrication, maintenance, repair, overhaul actions, and transportation movement on Shipboard and Shore-based Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). MHE refers to self-propelled equipment used in storage and handling operations, while SMSE includes container handlers, mobile shipboard cargo cranes, and other equipment. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. The RFP will be available for download on beta.SAM.gov on or around 1 March 2021. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Heather Coleman at HEATHER.COLEMAN@NAVY.MIL.
    Naval Surface Warfare Center Carderock Divisions Equipment Maintenance Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking qualified small businesses to provide preventive and corrective maintenance services for industrial machinery under a Blanket Purchase Agreement (BPA). The procurement aims to ensure operational integrity and efficiency by acquiring commercial off-the-shelf (COTS) services over a five-year period, starting in April 2025, with a total ceiling of $4.5 million and individual calls capped at $249,000. Interested vendors must submit pricing and capability statements by March 12, 2025, and can direct inquiries to David Crouch at 301-318-3929 or via email at David.w.crouch3.civ@us.navy.mil.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the maintenance, repair, and preservation of TWR-7 and TWR-8 vessels at the Puget Sound Naval Shipyard. The procurement aims to ensure high-quality workmanship in accordance with marine industry standards, encompassing tasks such as docking, hull repairs, structural inspections, and system overhauls. This opportunity is critical for maintaining the operational readiness and safety of naval vessels, reflecting the government's commitment to stringent contract management in defense projects. Interested small businesses must submit their proposals by following the guidelines outlined in the solicitation, with inquiries directed to Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.
    FY 25 Preventative Maintenance on and Repairs to Caterpillar, Volvo and John Deere Equipment and Engines
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Philadelphia District is seeking qualified contractors for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines as part of a Sources Sought Notice for Fiscal Year 2024. The procurement aims to assess industry interest and ensure a sufficient pool of contractors, both large and small, capable of performing essential maintenance tasks, including fluid sample testing and emergency/non-emergency repairs on specified heavy equipment. This IDIQ contract will span multiple years, with performance periods running from approximately April 21 to April 20 each year until April 2030, covering various locations in Pennsylvania, New Jersey, Delaware, and Maryland. Interested contractors must submit their qualifications and capability statements via email to Tiffany Chisholm by November 14, 2024, and must be registered in the System for Award Management (SAM).
    Crew Vessel Transportation Services
    Buyer not available
    The Department of Defense, specifically the NAVSUP Fleet Logistics Center in Pearl Harbor, is seeking proposals from small businesses for Crew Vessel Transportation Services to support Midshipmen training at Point Loma, San Diego, from May 15, 2025, to August 15, 2025. The contractor will be responsible for transporting Navy personnel via a crew transfer vessel (CTV) to designated locations near San Clemente Island, adhering to safety and operational regulations, and ensuring compliance with U.S. Coast Guard standards. This service is crucial for facilitating essential submarine operations and training missions, with proposals evaluated based on the Lowest Priced Technically Acceptable (LPTA) method. Interested parties must register in the System for Award Management (SAM) and submit their proposals, including pricing and qualifications, by the specified deadlines. For further inquiries, contact Kyle Quintal at kyle.p.quintal.civ@us.navy.mil.
    N4019225R9003 Vehicle Lease for NAVFAC Marianas Transportation for Naval Base Guam, Andersen Air Force Base and the Marine Corps Base Camp Blaz for various Department of Defense (DOD) activities, Guam
    Buyer not available
    The Department of Defense, through the NAVFAC Marianas office, is seeking proposals for a vehicle lease to support various transportation needs at Naval Base Guam, Andersen Air Force Base, and Marine Corps Base Camp Blaz. This procurement aims to provide essential ground effect vehicles, motor vehicles, trailers, and cycles for Department of Defense activities in Guam, emphasizing the importance of reliable transportation for military operations. The opportunity is set aside for SBA Certified Women-Owned Small Businesses (WOSB), and interested vendors can reach out to Alice Ofeciar at alice.g.ofeciar.civ@us.navy.mil or Daniel Calvo at daniel.calvo.civ@us.navy.mil for further details. The presolicitation notice indicates that the NAICS code for this opportunity is 532112, and the PSC code is W023.