Equipment Maintenance Support Services
ID: EquipmentMaintenanceSupportServicesRFIType: Sources Sought
Overview

Buyer

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

NAICS

Other Motor Vehicle Parts Manufacturing (336390)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS (J025)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide Equipment Maintenance Support Services at Marine Corps Base Camp Pendleton, California. The procurement aims to supply repair parts, replacement components, and maintenance services for a variety of vehicles and equipment, including automotive, forklifts, and heavy machinery, to support the United States Marine Corps Southwest Region Fleet Transportation division across multiple sites in California and Arizona. This initiative is critical for ensuring the operational readiness and maintenance of the Marine Corps vehicle fleet, with a focus on efficient inventory management and timely delivery of parts. Interested contractors must submit a capabilities statement by June 18, 2025, at 08:00 AM PST, to the designated contacts, Jody Koch and Philip Maaninen, via email, as part of the market research process.

    Point(s) of Contact
    Files
    Title
    Posted
    The Southwest Region Fleet Transportation (SWRFT) Performance Work Statement (PWS) outlines the requirements for a Contractor-Operated Parts Store (COPARS) to supply repair parts and materials for USMC vehicles and equipment at various locations in California and Arizona. The contractor must provide efficient delivery of parts, maintain inventory for fast-moving items, and ensure compliance with quality standards. The contract includes provisions for labor, materials, and reporting, establishing the contractor as the primary source for parts except those explicitly excluded. The contract emphasizes the need for timely delivery, proper data entry in the government fleet management system, and accurate invoicing. It establishes performance standards for inventory management, clarifies ordering procedures, and details the responsibilities regarding part exclusions, warranties, and credits. The contractor will operate within specified working hours and handle various administrative tasks, with oversight from the Contracting Officer and designated representatives. Overall, the document serves to ensure effective operations and maintenance of the Marine Corps vehicle fleet through reliable parts provision and service.
    The Regional Contracting Office MCIWEST is seeking input from contractors regarding their ability to provide Equipment Maintenance Support Services at Marine Corps Base Camp Pendleton, CA. This Request for Information (RFI) is strictly for market research and does not constitute a solicitation for proposals. The project falls under NAICS code 336390, with a size standard of 1,000 employees. Contractors interested in participating must submit a capabilities statement detailing their qualifications, including their SAM Unique Entity ID, CAGE code, socio-economic status, and relevant experience in similar projects over the past three years. The deadline for submissions is June 18, 2025, at 08:00 AM PST, and responses should be sent via email to designated contacts. The document emphasizes that no proposals or questions will be entertained at this stage, and all information provided will be treated as proprietary. This RFI aims to assist the government in formulating acquisition strategies, ensuring that the contracting process is well-informed by market capabilities.
    The document details a comprehensive inventory of various types of vehicles and equipment located in Barstow, California, as well as a few from MCRD San Diego. It includes information such as Equipment ID, Equipment Code, Fuel Type, Manufacturer ID, Model ID, Model Year, and Equipment Description. The inventory encompasses a wide range of items, including low-speed vehicles, forklifts, trucks, and fire equipment, with various fuel types such as diesel (DSL), liquefied petroleum gas (LPG), compressed natural gas (CNG), and electricity (ELE). The aim of this compilation appears to be aligned with procurement and asset management efforts under government contracts, possibly relating to Request for Proposals (RFPs) or federal/state grants for equipment acquisition or fleet management. The document serves as a crucial resource for assessing available assets, aiding in planning, and ensuring proper allocation of transportation and operational resources.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    N62473-18-D-5860/N6247323F4441 EMERGENCY UTILITY RELOCATION, BASILONE ROAD AT MARINE CORP BASE (MCB), CAMP PENDLETON, CA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking contractors for the Emergency Utility Relocation project at Basilone Road, Marine Corps Base Camp Pendleton, California. This procurement involves the repair or alteration of sewage and waste facilities, which is critical for maintaining operational readiness and infrastructure integrity at the base. Interested parties can reach out to Marcus J. Madero at marcus.j.madero@navy.mil or by phone at 760-725-8228 for further details regarding the contract, which is part of the ongoing efforts to enhance utility services at military installations. The project is identified under contract number N62473-18-D-5860/N6247323F4441.
    Non-Tactical Vehicles (NTVs) Preventative Maintenance and Repair Service for U.S. Marine Corps Forces Korea (MARFORK)
    Dept Of Defense
    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.
    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.
    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.
    DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project
    Dept Of Defense
    The U.S. Army Corps of Engineers, Seattle District, is seeking interested business sources for the DLA-SONGS Mesa Reflow, Warehouse, and Admin Renovation Project located at Camp Pendleton, California. This opportunity involves a firm-fixed-price construction contract estimated between $25 million and $100 million, focusing on the renovation of a 140,000 sq ft warehouse and 19,000 sq ft of administrative facilities, with a construction period of approximately 18 months. Interested firms are required to submit a capabilities package by January 9, 2026, detailing their qualifications, past project experience, and potential for small business subcontracting, with all submissions directed to Briana Armstrong and Andrea Jackson via email. All interested parties must also be registered in the System for Award Management (SAM) to be eligible for contract award.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build project P1556, which involves the construction of the 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project encompasses the construction of multiple buildings, including warehouses, maintenance shops, and covered storage areas, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for supporting the operational needs of the 1st and 2nd Battalions, 10th Marines, ensuring they have the necessary facilities for maintenance and operations. Proposals are due by January 8, 2026, and must demonstrate relevant corporate experience, a comprehensive management approach, and a commitment to at least 20% small business participation. Interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    MAIN PROPULSION DIESEL ENGINE FGRR CLASS MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking technical services and industrial support for the maintenance of Main Propulsion Diesel Engines (MPDEs) on various T-EPF Class vessels, including the USNS TRENTON, USNS YUMA, and USNS NEWPORT. The procurement involves conducting scheduled maintenance, including 4,000-hour and 12,000-hour services, as well as a five-year replacement of critical components such as fuel oil and lube oil hoses, all to be performed by OEM authorized technicians in accordance with established procedures. This maintenance is crucial for ensuring the operational readiness and safety of the vessels, as the specialized design of the engines necessitates the use of OEM parts and services to maintain compliance with safety and performance standards. Quotes are due by December 16, 2025, at 4:00 PM, and interested vendors should contact Matias Parker at matias.l.parker.civ@us.navy.mil for further details.
    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.
    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.
    Multiple Services Contract
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small businesses to provide multiple facility support services at Marine Corps Air Station Cherry Point, North Carolina. This sources sought notice aims to identify potential offerors capable of performing a range of maintenance and repair services, including HVAC systems, fire protection systems, and sewage plant operations, among others, under a firm-fixed price/indefinite quantity indefinite delivery (IDIQ) contract structure. Interested small businesses, particularly those classified as 8(a), HUBZone, Service-Disabled Veteran Owned, Women Owned, or Economically Disadvantaged Women Owned, are encouraged to submit a capabilities package by December 16, 2025, at 2:00 PM Eastern Time, to Joanna Miller at joanna.d.miller2.civ@us.navy.mil, with a maximum attachment size of 10Mb.