36 MXS - Shop Equipment Inspection, Service, Maintenance & Repair (ISMR) (Andersen AFB, Guam)
ID: FA524025QM108Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5240 36 CONS LGCAPO, AP, 96543-4040, USA

NAICS

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

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the inspection, service, maintenance, and repair (ISMR) of shop equipment at Andersen Air Force Base in Guam. The procurement aims to establish a Firm-Fixed Price and Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which will include a 12-month base period and potential four-year extensions, ensuring operational reliability and safety of maintenance capabilities. Interested vendors are encouraged to review the attached Performance Work Statement and submit their capabilities by February 7, 2025, with all responses directed to the primary contact, Lee Michael D. Rosario, at leemichael.rosario@andersen.af.mil or by phone at 671-366-1723. This opportunity is set aside for small businesses under the SBA guidelines.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines requirements for the Contractor providing inspection, service, maintenance, and repair (ISMR) of government-owned shop equipment for the 36th Maintenance Group at Andersen Air Base, Guam. The contract will be awarded as a Firm-Fixed Price and Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, spanning a 12-month base period with possible four-year extensions. Main responsibilities include routine maintenance, inspections, and on-call support for various equipment listed in the document. The contractor must ensure compliance with safety and environmental regulations, maintain proper equipment calibration, and provide detailed service records and reports. Key metrics for performance assessment include timely completion of maintenance tasks, responsiveness to service calls, and meeting preventive maintenance thresholds. Moreover, the contractor must designate a primary contract manager to oversee execution and coordinate closely with government representatives. The outlined scope emphasizes comprehensive maintenance tasks and stipulates that all work must align with applicable standards and manuals. The PWS serves as a critical component of ensuring operational reliability and safety of maintenance capabilities at Andersen AFB while adhering to the regulatory framework of government contracts.
    The Department of the Air Force's Headquarters 36th Wing is issuing a Request for Information (RFI) regarding the inspection, service, maintenance, and repair of shop equipment at Andersen Air Force Base in Guam. This sources sought notice is intended for market research purposes and is not an invitation for proposals or binding agreements. Interested vendors are encouraged to review the attached performance work statement and articulate their capabilities in their responses, which are due by February 7, 2025. All costs incurred by the respondents will be their responsibility, as the government will not cover these expenses. The responses should be submitted via email to the specified contract specialist and contracting officer. The document outlines the context of the services needed and emphasizes the government's discretion in how to proceed following the information received. The RFI aims to identify potential contractors for future service opportunities while clarifying that participation is voluntary and responses are not binding.
    Similar Opportunities
    Wifi Fleming Heights Andersen AFB, GU
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide commercial internet services for office and lodging buildings at Andersen Air Force Base in Guam. The project entails installing internet connectivity across 63 locations, including 62 housing units in Fleming Heights and two floors of Dorm Building 27006, with specific speed requirements ranging from 25 Mbps to 150 Mbps depending on the building. This procurement is critical for ensuring reliable internet access for personnel and operations at the base, with a performance period set from December 27, 2025, to December 26, 2026, and options for two additional years. Interested parties must submit attendee names for a site visit by November 20, 2023, and direct any questions to Derick Fontyn at derick.fontyn@us.af.mil by November 24, 2025.
    Andesern AFB - Portable Toilet BPA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking to establish up to three Blanket Purchase Agreements (BPA) for the rental, delivery, and servicing of portable sanitation equipment at Andersen Air Force Base in Guam. The procurement includes standard single-occupancy portable chemical toilets, multi-stall luxury restroom trailers, and free-standing portable hand wash stations, with services encompassing waste disposal, cleaning, and restocking supplies. This initiative is crucial for supporting the operational needs of the 36th Wing and surrounding areas, with call orders issued on an as-needed basis. Interested vendors must submit their quotes by December 10, 2025, and direct any inquiries to TSgt Steven Piper at steven.piper.5@us.af.mil or by phone at 671-689-0808.
    SOURCES SOUGHT//SDVOSB - Dover AFB Isochronal Stand Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice to identify potential sources for the maintenance of the Isochronal Stand System at Dover Air Force Base (AFB). The procurement aims to secure a contractor capable of providing comprehensive management, tools, supplies, and labor for preventative maintenance, unscheduled repairs, and emergency services related to the Kern Steel Fabrication, Inc. ISO Stand System, which is critical for the operational readiness of the C-5 Galaxy aircraft. Interested parties must submit a capability statement demonstrating relevant experience and qualifications by December 15, 2023, with responses directed to 2d Lt Travis Ambrose and Ms. Charidy Vessels via email. The anticipated contract period spans from March 1, 2026, to September 30, 2030, with a focus on Service-Disabled Veteran-Owned Small Business participation.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    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.
    J&A - 36 LRS Supply and Transportation Management BRIDGE Action
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the "J&A - 36 LRS Supply and Transportation Management BRIDGE Action" opportunity. This procurement involves logistics support management services, aimed at enhancing supply and transportation management capabilities. Such services are critical for maintaining operational efficiency and readiness within military logistics operations. Interested parties can reach out to MSgt Xavier S. Robertson at xavier.robertson@us.af.mil or by phone at 671-366-1996, or TSgt Brian Brammer at brian.brammer@us.af.mil or 671-366-3686 for further details. Additional information can be found in the attached documentation.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Buyer not available
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    Joint Base Charleston AGE Equipment Paint Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide surface preparation and painting services for Aerospace Ground Equipment (AGE) at Joint Base Charleston, South Carolina. The procurement involves the maintenance of 375 pieces of AGE equipment over a five-year period, requiring contractors to supply all necessary labor, materials, equipment, and transportation while adhering to federal, state, and local regulations. This service is crucial for ensuring that the support equipment remains in a serviceable condition, free from excessive corrosion or damage, and includes specific painting requirements as outlined in the attached Performance Work Statement (PWS). Interested firms must submit a capabilities package by 5:00 PM on December 12, 2025, to the primary contact, Morgan Hart, at morgan.hart.1@us.af.mil, and Matthew Michel at matthew.michel@us.af.mil, detailing their qualifications and relevant experience.
    F-15 Current Monitor and Antenna Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Buyer not available
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting quotes for the repair services of F-15E current monitor and antenna parts as part of the Air Force Enhancement Program (AFREP). The procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to ensure all repairs meet specified technical orders and qualifications. This contract is critical for maintaining the operational readiness of F-15E aircraft, ensuring that essential components are restored to serviceable condition. Interested vendors must be registered and active in the System for Award Management (SAM) and submit their quotes via the PIEE Solicitation Module by referencing Solicitation Number FA480926Q0002. For inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil.
    Facility Maintenance Contract IDIQ Sources Sought
    Buyer not available
    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.
    Maintenance and Repair Specialized Equipment
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for maintenance and repair of specialized equipment related to aircraft operations. This procurement aims to streamline the acquisition of commercial items necessary for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The selected vendors will be required to submit capabilities statements and comply with federal regulations, with the BPA allowing for flexible, as-needed orders without a formal Request for Proposal. Interested vendors must submit their documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.