Maintenance Inspections and Repairs for Galley/Kitchen Appliances and Equipment
ID: N0060425Q4073Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PEARL HARBORPEARL HARBOR, HI, 96860-4549, USA

NAICS

Appliance Repair and Maintenance (811412)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FOOD PREPARATION AND SERVING EQUIPMENT (J073)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, is seeking qualified small businesses to provide maintenance inspections and repairs for galley/kitchen appliances and equipment at Assault Craft Unit FIVE (ACU-5) in Camp Pendleton, California. The procurement aims to ensure the safe and efficient operation of various galley equipment through regular inspections and corrective maintenance, as outlined in the Performance Work Statement (PWS). This contract, set to begin on July 1, 2025, and end on June 30, 2026, will be awarded as a Firm-Fixed Price purchase order, with a focus on compliance with federal labor standards, including wage determinations that require a minimum wage of $17.75 per hour for applicable positions. Interested parties must submit their quotes electronically by 12:00 PM HST on June 24, 2025, and direct any questions to Dana Anderson at dana.a.anderson2.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for yearly planned maintenance of galley equipment at Assault Craft Unit FIVE (ACU-5) in Camp Pendleton, CA. The goal is to ensure the longevity and safe operation of various galley equipment, requiring regular inspections every 3 to 6 months, along with corrective maintenance as necessary. The contractor will manage a range of tasks including verifying equipment warranties, labeling circuitry, performing operational tests, maintaining doors and gaskets, replacing faulty parts, and conducting routine cleanings and lubrication. A detailed report must be provided after each visit, documenting maintenance activities and any necessary repairs. The contract period is set from July 1, 2025, to June 30, 2026, with compliance to federal holidays. Personnel do not require security clearance but must secure base access. This document is part of a broader government effort to maintain equipment through structured RFP processes, underscoring the importance of efficiency and safety in operational settings.
    The document outlines provisions related to Offeror Representations and Certifications applicable to federal solicitations for commercial products and services. It establishes that Offerors must complete relevant representations concerning electronic registrations in the System for Award Management (SAM), small business status, and issues related to telecommunication equipment. Key definitions include economically disadvantaged women-owned small businesses (EDWOSB), service-disabled veteran-owned small businesses (SDVOSB), and small disadvantaged business concerns, among others. The document details compliance requirements for federal contracts, including certifications regarding child labor, domestic product sourcing, and business operations in Sudan. It mandates transparency concerning ownership and control, as well as prohibits contracting with entities involved in specific problematic international transactions. The overall purpose is to ensure that potential contractors align with federal standards of integrity, fair business practices, and socio-economic equity—specifying their status while guaranteeing that their business operations do not conflict with federal regulations. The content primarily serves as a framework for federal RFPs and contracting standards to uphold accountability and compliance in procurement processes.
    The document issued by the U.S. Department of Labor outlines wage determinations under the Service Contract Act (SCA) for California County of San Diego. It specifies minimum wage rates based on the contract date, indicating that contracts initiated on or after January 30, 2022, must pay at least $17.75 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $13.30 per hour. The document lists a variety of occupations with corresponding wage rates and fringe benefits required, including health, welfare, vacation, and holiday pay. It also highlights provisions related to paid sick leave as stipulated by Executive Order 13706 and details a conformance process for unlisted job classifications under the wage determination. The aim of this document is to ensure fair compensation for workers on federal contracts while enhancing compliance with labor standards, thus serving as a guide for government contracting purposes. The document emphasizes the application of Executive Orders and the regulations governing employee pay and benefits, vital for contractors involved in RFPs and grants.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USNS GUADALUPE FY26 Mid-Term Availability
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS GUADALUPE FY26 Mid-Term Availability contract. This procurement involves shipbuilding and repairing services, with a focus on non-nuclear ship repair, as indicated by the NAICS code 336611 and PSC code J999. The contract is crucial for maintaining the operational readiness of the USNS GUADALUPE, ensuring it meets the necessary standards for future missions. Interested parties should note that the request for comments (RFC) period has been extended to December 24, 2025, at 2:00 PM EST, with the solicitation closing date now set for January 8, 2026, at 3:00 PM EST. For further inquiries, potential bidders can contact Thomas White at thomas.l.white222.civ@us.navy.mil or call 757-341-5739.
    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.
    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.
    Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) Availabilities Including Option Year Quantities
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Walashek Industrial and Marine, Inc. for the completion of up to seven Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) availabilities, including option year quantities. This Firm-Fixed Price contract will encompass necessary material and labor to address emergent issues identified during pre-overhaul tests and inspections, ensuring the crafts are returned to the Fleet in a fully mission-capable status. The LCACs are critical for amphibious operations, and this contract aims to extend their service life beyond previous modernization efforts. Interested parties may submit capability statements to Ryan Ksanznak at ryan.m.ksanznak.civ@us.navy.mil and Megan Johnson at megan.e.johnson90.civ@us.navy.mil within 15 days of this notice, although the government does not guarantee a response or reimbursement for submissions.
    CHAMBER ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the repair of a Chamber Assembly. The procurement aims to secure a repair turnaround time (RTAT) of 230 days for the Chamber Assembly, which is critical for waste disposal equipment, as indicated by the associated PSC code 4540. This contract emphasizes the importance of timely repairs to maintain operational readiness and compliance with military standards. Interested contractors must submit their quotations by close of business on January 5, 2026, and can direct inquiries to Joseph Weaver at 717-605-1884 or via email at JOSEPH.D.WEAVER22.CIV@US.NAVY.MIL.
    Full Food Service Coast Guard Base Elizabeth City, North Carolina
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from qualified contractors to provide full food service at the Coast Guard Base in Elizabeth City, North Carolina. The contractor will be responsible for comprehensive dining facility management, including food preparation, serving, cleaning, and quality control, while ensuring adherence to food quality standards and sanitation regulations. This service is crucial for supporting daily meals for military personnel, special events, and emergency provisions. Interested parties must submit their pricing Rough Order of Magnitude using the provided price form by the indicated deadline to Contract Specialist Mr. Kevin P. Sullivan at Kevin.P.Sullivan@uscg.mil. The contract is expected to cover a five-year period from April 1, 2026, to March 31, 2031.
    Maintenance and Repair
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for maintenance and repair services related to electronic and precision equipment. This procurement aims to streamline the acquisition of supplies and services necessary for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements and relevant documentation by March 11, 2026, to be considered for inclusion in the BPA program, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    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.
    COMPRESSOR,MARC350A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of the COMPRESSOR, MARC350A, through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to secure a reliable repair service with a required turnaround time of 90 days, emphasizing the importance of timely and efficient repair for operational readiness. This solicitation is part of an emergency acquisition initiative, and interested contractors must submit their quotations by December 15, 2025, while adhering to specific requirements outlined in the solicitation, including pricing and repair turnaround details. For further inquiries, potential bidders can contact Valentino P. Arena at 717-605-2498 or via email at valentino.p.arena.civ@us.navy.mil.
    Navy Inn Repair Conference Room HVAC
    Dept Of Defense
    The Department of Defense, through the Navy Exchange Service Command, is soliciting quotes for the repair of the conference room HVAC system at the Navy Gateway Inns & Suites (NGIS) Oceana, Building 460, located in Virginia Beach, Virginia. The project entails inspecting, removing, and replacing non-functional components of a 7.5-ton Trane HVAC unit to restore its full operational capability, with a completion timeline of 21 calendar days following the Notice to Proceed. This contract, estimated at less than $25,000 and funded by Navy Non-Appropriated Funds, is not a small business set-aside and requires compliance with various safety and building codes. Quotes are due by December 9, 2025, at 3:00 PM ET, and interested contractors should direct inquiries and submissions to the Contracting Officer, Kaitlyn Garcia, at kaitlyn.garcia@nexweb.org, or the Contract Specialist, Leanat Delacruz, at leanat.delacruz@nexweb.org.