Fitness Equipment Maintenance
ID: NAFUA1-25-R-0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDEFENSE LOGISTICS AGENCYRICHMOND, VA, 23297, USA

NAICS

Fitness and Recreational Sports CentersT (71394)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    The Defense Logistics Agency (DLA) is soliciting proposals for a contractor to provide maintenance services for fitness equipment at multiple locations, including Fort Belvoir, Virginia. The contract will be structured as an Indefinite-Delivery/Indefinite-Quantity (IDIQ) agreement, encompassing a base year and four optional one-year extensions, contingent upon government approval and funding. This initiative aims to ensure that fitness equipment remains in optimal working condition, thereby enhancing operational availability and reducing downtime for service members and their families. Interested contractors must submit their proposals by January 24, 2025, at 3:00 PM EST, and can direct inquiries to Michael Thompson at michael.3.thompson@dla.mil or by phone at 571-767-1131.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a comprehensive inventory of gym equipment across various locations, including Fort Belvoir, Susquehanna, Richmond, Columbus, and Battle Creek. It categorizes the equipment into cardio and strength training segments from multiple manufacturers like LifeFitness, Hammer Strength, and Cybex. Each section lists specific equipment types, model names, model numbers, and quantities, along with detailing the types of services required, primarily preventative maintenance and repair. The purpose of this inventory is likely to support a federal RFP or grant for upgrading or maintaining fitness facility equipment in government facilities. This initiative emphasizes effective management of resources and assures that gym facilities remain functional and safe for service members and employees. The structured format allows easy reference for maintenance and replacement needs, ensuring equipment meets the rigorous demands of physical training environments while adhering to federal guidelines for procurement and maintenance standards. Overall, it reflects the importance of maintaining quality fitness facilities within government settings.
    The document outlines a Request for Proposal (RFP) issued by the Defense Logistics Agency (DLA) for maintenance services of fitness equipment across various locations. The contract is structured as an Indefinite-Delivery/Indefinite-Quantity (IDIQ), consisting of a base year with four additional one-year options, totaling five years, contingent on government approval and funding. The contractor is responsible for both preventive and corrective maintenance, ensuring equipment is operational and safe. Specific requirements include timely responses to maintenance requests categorized by urgency, with a priority system for service requests. Additionally, the contractor must maintain a detailed inventory of fitness equipment, comply with Department of Defense security protocols, and provide quarterly reports on services performed. Key performance metrics include completing 100% of scheduled preventive maintenance tasks and achieving a customer satisfaction rating of at least 90%. The document emphasizes confidentiality and intellectual property rights concerning data developed during the contract's execution. Overall, this RFP is a strategic effort by DLA to enhance the operational availability of fitness services for its personnel and their families while ensuring adherence to quality standards and regulatory compliance.
    The document is an amendment to a federal solicitation for preventive maintenance and repair services of fitness equipment across multiple locations. It specifies the necessity for contractors to acknowledge this amendment to avoid the rejection of their offers, with a deadline for submissions set for January 24, 2025, at 3:00 PM EST. It addresses questions from potential contractors regarding performance standards, inventory management, certification requirements, and contract structure. Notably, how failure to meet performance standards can result in a contract's termination after multiple notifications. Amendments to the pricing structure are outlined, establishing Cost Line Item Numbers (CLIN) for base and option years of service covering preventative maintenance, corrective repairs, and other essential components. Included in the amendment are clarifications on certification equivalences, required historical workloads, and responsibilities concerning invoicing and communication across different locations. Furthermore, it emphasizes that all terms outlined previously remain in effect, except where changes have been made. This document is relevant in the context of government requests for proposals (RFPs) as it provides contractors with necessary clarifications and conditions for bid participation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Industrial Carpenter Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for Industrial Carpenter Services to support operations at the Andrew T. McNamara Headquarters Complex. This procurement involves providing comprehensive management, labor, supervision, tools, materials, and equipment necessary for both interior and exterior building services, structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a minimum value of $5,000 and a maximum ceiling of $24 million. The contract will span a base year from February 28, 2026, to February 27, 2027, with four additional one-year options, emphasizing the importance of quality and compliance with industry standards. Proposals are due by January 9, 2026, and must include five specific volumes for evaluation, with a site visit scheduled for November 20, 2025. Interested parties can contact Angela Mattox at angela.mattox@dla.mil for further information.
    Heavy Equipment Program - Sweeper and Scrubber Equipment SPE8EC25R0003
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is issuing a solicitation for the Heavy Equipment Program, specifically for sweeper and scrubber equipment under solicitation number SPE8EC25R0003. This opportunity seeks proposals for multiple Indefinite Delivery/Requirements Contracts for new commercial equipment, including utility sweepers, warehouse sweepers, street sweepers, and associated support services for the U.S. Military and other authorized government agencies. The contracts will have a ten-year term with no options, and proposals must be submitted by November 16, 2034, at 4:00 PM EST, with evaluations based on the Lowest Price Technically Acceptable (LPTA) method. Interested vendors can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    DLA MedSurg Prime Vendor Gen VI
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the Medical Surgical Prime Vendor (Med/Surg PV) Program, which aims to provide a comprehensive range of medical and surgical supplies across three Global Regions: North, South, and West. This procurement involves awarding Firm Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for both Primary and Backup Prime Vendors, facilitating routine ordering and contingency support for various military and federal healthcare facilities. The program is critical for ensuring the availability of essential medical supplies and equipment, supporting the operational readiness of Medical Treatment Facilities (MTFs) and clinics worldwide. Interested vendors must submit their proposals electronically via the DLA Internet Bid Board System (DIBBS) by January 8, 2026, at 3:00 PM Local Philadelphia Time, and can direct inquiries to Beatrice Lopez-Pollard at beatrice.lopez-pollard@dla.mil or Joshua Tankel at Joshua.Tankel@dla.mil.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and associated services for the Navy Marine Corps Intranet (NMCI). The procurement aims to provide MFDs, accessories, and office document devices, along with installation, maintenance, training, and network security services for a period of up to 60 months at a flat rate. These devices are crucial for ensuring operational efficiency and compliance with security standards within the Department of the Navy's network. Interested companies must submit a capabilities package by December 22, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    INDOPACOM FSE
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking information from vendors capable of providing Dining Facility (DFAC) equipment support for military and federally funded customers in the INDOPACOM region. The procurement focuses on foodservice equipment, including delivery, incidental installation, and site visits, with an estimated yearly demand of 25 orders totaling approximately $3 million. This Request for Information (RFI) is intended for market research purposes only, and interested vendors are encouraged to submit their capabilities, including experience, delivery logistics, and potential for long-term contracts, by the specified deadline via email to the primary and secondary contacts listed. Responses should be directed to Griffin Peterson, Timothy Coyle, and Matthew Conroy at their respective email addresses.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for CONUS and Non-Foreign OCONUS DLA Customers
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and provide associated services for DLA customers within the Contiguous United States (CONUS) and non-foreign Outside of the Contiguous United States (OCONUS). The procurement aims to secure MFDs, accessories, maintenance, training, and network services at a flat rate for up to 60 months, with a focus on compliance with stringent security requirements and operational capabilities. Interested companies must submit a capabilities package by December 22, 2025, detailing their qualifications, business size, and relevant experience, while questions regarding the draft Performance Work Statement are due by November 13, 2025. For further inquiries, contact Matthew O’Brien at matthew.obrien@dla.mil or Jennifer DeWease at jennifer.dewease@dla.mil.
    DLA Medical Equipment Electronic CATalog (ECAT) Generation V Program
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the DLA Medical Equipment Electronic Catalog (ECAT) Generation V Program, aimed at enhancing medical supply support for its customers. This standing solicitation, identified as SPE2DH-21-R-0002, invites offers for a range of medical equipment, accessories, and consumables, with the goal of facilitating online orders through the ECAT System. The items sought are critical for medical professionals and technicians in providing patient care and include commercial medical equipment and training simulation tools. Interested vendors can submit proposals at any time until the solicitation closes on December 1, 2026, and should direct inquiries to Yasmeen Turner at yasmeen.turner@dla.mil or Evan Lessin at evan.lessin@dla.mil.
    10--DRIVE ASSEMBLY,ELEC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the DRIVE ASSEMBLY, ELECTRIC (NSN 1005015520376). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the critical nature of these components for military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.