Joint Base Langley - Eustis Fitness Equipment Maintenance
ID: FA4800-25-Q-A087Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4800 633 CONS PKPLANGLEY AFB, VA, 23665, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- RECREATIONAL AND ATHLETIC EQUIPMENT (J078)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance services for fitness equipment at Joint Base Langley-Eustis in Virginia. The procurement aims to ensure the proper functioning and upkeep of various fitness machines across multiple facilities, including the Anderson Field House and McClellan Fitness Center, thereby supporting the health and wellness of military personnel. This contract, with a total award amount of $12,500,000, is open to Women-Owned Small Businesses and includes a detailed Request for Proposal (RFP) process, with proposals due by July 25, 2025. Interested parties can direct inquiries to SSgt Leonardo Acevedo at leonardo.acevedo@us.af.mil or Matthew Gregg at matthew.gregg.3@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a detailed inventory of fitness equipment for the Anderson Field House and McClellan Fitness Center at Joint Base Langley-Eustis (JBLE Eustis). It catalogues various cardio and strength training machines, including treadmills, ellipticals, rowing machines, free weights, and benches. Key information includes the make, model, equipment ID, year of purchase, current condition (ranging from new to poor), and the quantity available. The inventory highlights significant assets within the fitness centers, showcasing an overall commitment to providing high-quality equipment for physical training. For instance, many items are categorized as new, particularly in the cardio department, indicating recent acquisitions. Moreover, it reflects the necessity for ongoing maintenance and replacement of older or poorly rated equipment to ensure safety and effectiveness for users. This detailed equipment assessment is critical for future federal funding requests, grants, or proposals aimed at enhancing physical fitness facilities, indicating the importance of maintaining readiness and support for military personnel’s health and fitness needs. It portrays the government’s focus on providing comprehensive wellness resources for service members and their families.
    The document outlines the inventory of fitness equipment at the Joint Base Langley-Eustis (JBLE) under the Air Combat Command (ACC). It lists the various facilities, specifically the Anderson Field House and McClellan Fitness Center, detailing the types of equipment available, categorized into cardio, strength, and free weights, along with their condition status. The inventory primarily features multiple instances of Life Fitness and Concept II machines, emphasizing poor conditions for many items, while some are noted as new purchases. The list seeks to inform decision-makers about the current state of fitness resources at JBLE for potential upgrades or replacements. It aligns with government goals for improving military personnel's physical fitness and well-being by maintaining and upgrading recreational facilities. The repetitive nature of the entries suggests a systematic cataloging approach to manage asset status effectively, ensuring compliance with federal standards for facility maintenance.
    The Department of the Air Force is inviting potential offerors to participate in a maintenance contract for fitness equipment at Joint Base Langley-Eustis, as outlined in solicitation FA4800-25-R-0008. Questions regarding the solicitation must be submitted by 3 July 2025, with the government promising responses by 11 July 2025. A site visit is scheduled for 27 June 2025, limited to two representatives per company. Interested parties must arrange base access via designated air force contacts and obtain their passes at least two hours prior to the visit. The itinerary includes stops at two fitness facilities on the base, with discussions allowed during the visit, but formal questions should be in writing. Any further inquiries should be directed to the provided government contacts. This memorandum serves as a formal announcement to guide potential bidders in preparing their proposals for the fitness equipment maintenance services needed at the base. The document reflects typical procedures in federal contracting, emphasizing pre-bid engagement and thorough compliance with access protocols.
    The document addresses inquiries and responses related to a Request for Proposals (RFP) for the maintenance of fitness equipment at JBLE. Key details include the requirement for contractors to purchase parts for repairs and the need to document repair pricing per equipment type, which will be included in billing to the fitness centers. New fitness equipment follows a five-year refresh plan dictated by Air Force Services. On-site service is expected bi-weekly for certain centers, with disposal of inoperable equipment handled by the government, not the vendor. Additionally, specific procedures for after-hours access and inventory updates are clarified, emphasizing the operational structure and contractual obligations for contractors involved in equipment maintenance. The document reflects the guidelines and expectations within the scope of government RFP processes, ensuring compliance and service efficiency. Overall, this RFP aims to streamline maintenance services for fitness equipment while establishing clear responsibilities and communication between contractors and the government facilities.
    The document outlines the procedures and requirements for obtaining guest installation access at Joint Base Langley/Eustis (JBLE). It serves as a guide for sponsors requesting unescorted access passes for individuals, particularly emphasizing the identity proofing and vetting process under the authority of Title 10 of the U.S. Code. Disclosure of personal information is voluntary but may hinder access approval. The document highlights specific security requirements for foreign visitors, including upfront coordination with the Air Force Office of Special Investigations (AFOSI), background checks, and advance notice for access requests. Key sections include sponsor information, access details like the purpose and duration of access, and specific instructions for completing the form. The document stresses the importance of responsibility on sponsors during visitors’ presence on the installation, adherence to security protocols, and the processing of visitor badges. Additionally, it provides a structured format for the sponsors to input necessary details, ensuring proper logging and vetting of individuals requesting access. This document serves as a critical guide to ensure security and compliance in managing access to military installations while facilitating guest visits for various purposes, including professional engagements and personal events.
    The document outlines the equipment list for Langley Air Force Base's Building 300, highlighting the various fitness and workout apparatus available for use. The inventory includes a range of benches, stations, machines, racks, and weights, detailing specific types and quantities, such as flat and adjustable benches, a barbell curl station, and a comprehensive set of weight plates and dumbbells. Additionally, it features cardio machines like ellipticals and recumbent bikes, along with other fitness accessories, including wall balls, kettlebells, and balance equipment. This equipment list serves to ensure functionality and adequacy in meeting the fitness needs of personnel at the base, emphasizing the importance of maintaining a well-equipped gym facility aligned with health and wellness programs.
    The document outlines equipment details for two fitness centers, ACC Fitness Center and Shellbank Fitness Center, focusing on the types and categories of fitness equipment available. Equipment is categorized into Cardio, Strength, and Free Weight, showcasing a wide array of functionalities, including machines for various exercises like bench presses, cable crossovers, and multiple cardio machines such as treadmills, upright bikes, and rowing machines. Each piece of equipment is listed with its brand, model, and serial number, underlining the specific inventory. Additionally, the document highlights the year of purchase, current condition, and anticipated year of replacement for various equipment, indicating maintenance and replacement priorities. This comprehensive overview serves to inform stakeholders involved in federal grants and RFPs about available fitness resources and their management status, ensuring both compliance and optimal use of government funds dedicated to community health and wellness initiatives. Overall, the document emphasizes the government's commitment to maintaining high-quality fitness facilities essential for public health and recreation.
    This Performance Work Statement (PWS) outlines the requirements for a contract focused on fitness equipment maintenance for multiple fitness centers at Joint Base Langley-Eustis, VA. The contractor is responsible for inspecting, repairing, and performing preventive maintenance on various listed exercise equipment, ensuring adherence to manufacturer specifications. Services include regular inspections, lubrication of moving parts, cleaning cardiovascular machines, and timely ordering of replacement parts, with specific guidelines for costs exceeding $500 requiring Contracting Officer approval. Additionally, the contractor must maintain a service log and a Quality Control Plan to ensure adherence to service standards, which will be evaluated through government inspections and customer complaints. The contractor is required to assign certified technicians with extensive experience and is obliged to follow specified working hours, submit work schedules, and maintain documentation for security compliance. Overall, this PWS aims to ensure that maintenance services meet operational demands for the fitness centers while maintaining safety and quality standards.
    The solicitation concerns the acquisition of fitness equipment maintenance services for various fitness centers managed by the U.S. Air Force, specifically for the Joint Base Langley-Eustis. It outlines a Request for Proposal (RFP) under solicitation number FA480025R0008, which is open to Women-Owned Small Businesses (WOSB). The contract is expected to cover services including maintenance and parts for fitness centers at different sites, with specified quantities and detailed delivery schedules extending from September 2025 to September 2027. Key points include a total award amount of $12,500,000, evaluation criteria reflecting economic and small business considerations, and the necessity for vendors to adhere to Federal Acquisition Regulations (FAR). The document also provides contact information for inquiries, along with stipulations regarding inspection and acceptance processes for the delivered services. This procurement reflects the government's commitment to supporting small businesses while fulfilling operational needs across military fitness facilities.
    This document details an amendment to a government solicitation regarding the maintenance of fitness equipment at Joint Base Langley Eustis, Virginia. The amendment extends the offer due date from July 7, 2025, to July 25, 2025, and introduces specific modifications to the proposal requirements. Proposals must be submitted in three volumes: Price Volume, Technical Volume, and Past Performance Volume, with clear guidelines on formatting, content, and submission procedures. Each volume has specified page limits and must comprehensively address the solicitation's requirements. The evaluation criteria are outlined, focusing on price, technical acceptability, and past performance, with proposals rated as "Acceptable" or "Unacceptable." Communication regarding the proposal must occur through designated points of contact, with a site visit for bidders encouraged. Strict adherence to submission protocols is critical to prevent rejection of proposals. This initiative underscores the government's aim to procure quality maintenance services through a competitive bidding process that emphasizes thorough evaluation and compliance with contractual obligations.
    The document outlines the comprehensive list of gym equipment required for the TRADOC Gym located at Building 1501 Ft Eustis. The inventory includes a variety of fitness machines and accessories such as treadmills, ellipticals, and a range of Nautilus strength training equipment, signifying a robust focus on fitness and wellness. Specific items listed are two Matrix treadmills, three Life Fitness ellipticals, and one each of several Nautilus weight training machines, along with multiple squat racks and cable machine stations. Additional equipment includes dynamic training tools like sleds and free weights, highlighting an emphasis on diverse workout options. The mention of incoming equipment, specifically the Rogue FT-1 Functional Trainer, indicates ongoing improvements and upgrades to the facility. This request for proposal is part of broader government objectives to enhance health, readiness, and overall well-being within military installations by ensuring access to quality fitness resources.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Custodial Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for custodial services at Lajes Field in the Azores, Portugal, under solicitation FA448626R0001. The contractor will be responsible for providing all management, tools, equipment, and labor necessary to maintain a clean and professional facility appearance, adhering to established cleaning frequencies and standards as outlined in the Performance Work Statement (PWS). This contract, valued at approximately $22 million, includes a base period from April 2026 to November 2026, with four additional one-year option periods extending through November 2030. Interested parties, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Claudia Silva at claudia.silva.pt@us.af.mil, and must submit their proposals by the specified deadlines, including a Past Performance Questionnaire due by January 20, 2026.
    Troop Appliance Maintenance and Repair (TAMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM), Washington. This procurement involves providing non-personal services for the maintenance, repair, installation, and disconnection of appliances, as well as dryer duct and vent system cleaning for Unaccompanied Housing facilities. The contract, valued at approximately $19 million, will span from November 1, 2025, to March 31, 2030, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Repair MWD Kennel Interior, Facility 1030 at Joint Base Langley - Eustis (JBLE), VA
    Dept Of Defense
    The Department of Defense is soliciting bids for the repair of the Military Working Dog (MWD) Kennel Interior at Facility 1030, Joint Base Langley-Eustis (JBLE), Virginia. The project aims to completely overhaul the existing Heating, Ventilation, and Air Conditioning (HVAC) system and expand individual kennel cells to meet the requirements outlined in the Kennel Design Guide, addressing critical health and odor concerns. This renovation is vital for ensuring the well-being of military working dogs and maintaining operational standards at the facility. Interested contractors should note that the estimated project cost is between $1,000,000 and $5,000,000, with a pre-bid site visit scheduled for January 6, 2026, and bids due by January 22, 2026. For further inquiries, contact Callie J Compton at callie.compton@us.af.mil or 757-764-7228.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    SP-POL-SRM-FY26-JBLE- Repair POL Operations and Fuel Facilities Buildings 741 and 744
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the repair of POL Operations and Fuel Facilities Buildings 741 and 744 at Langley Air Force Base, Virginia. The project involves significant renovations to Building 741, which includes upgrading HVAC systems, electrical and plumbing infrastructure, and replacing fire alarm systems, while Building 744 will be demolished and replaced with a new Fuels lab that includes laboratory spaces and office areas. This procurement is crucial for maintaining operational efficiency and safety in fuel management operations, with an estimated contract value between $5 million and $10 million and an anticipated award date of March 30, 2026. Interested parties should submit their sources sought information to Timothy Boyte at timothy.b.boyte@usace.army.mil and Brandon Hobbs at brandon.s.hobbs@usace.army.mil.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Facility Maintenance Contract IDIQ Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.