ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Maintenance Inspections and Repairs for Galley/Kitchen Appliances and Equipment

DEPT OF DEFENSE N0060425Q4073
Response Deadline
Jun 24, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

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.

Classification Codes

NAICS Code
811412
Appliance Repair and Maintenance
PSC Code
J073
MAINT/REPAIR/REBUILD OF EQUIPMENT- FOOD PREPARATION AND SERVING EQUIPMENT

Solicitation Documents

3 Files
4.01c Att 3 WD 2015-5635 Rev 26.pdf
PDF76 KBJun 10, 2025
AI Summary
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.
4.01a Att 1 PWS ACU5 Galley Maintenance.pdf
PDF215 KBJun 10, 2025
AI Summary
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.
4.01b Att 2 52.212-3 CD and 52.204-24.pdf
PDF348 KBJun 10, 2025
AI Summary
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.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJun 10, 2025
deadlineResponse DeadlineJun 24, 2025
expiryArchive DateJul 9, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVSUP FLT LOG CTR PEARL HARBOR

Point of Contact

Name
Dana Anderson 808-473-7906

Place of Performance

Camp Pendleton, California, UNITED STATES

Official Sources