J--Notice of Intent to Sole Source with PWS
ID: 140D0426Q0090Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)
Timeline
    Description

    The Department of the Interior, on behalf of the Department of Defense, U.S. Air Force, intends to issue a sole-source time and materials purchase order to Bamajack, LLC for repair and maintenance services on low-speed vehicles at Eglin Air Force Base. The contractor will be responsible for providing a mobile mechanic within a 60-mile radius, conducting initial equipment inspections, submitting maintenance plans, performing periodic maintenance, sourcing necessary parts, and responding to emergencies within 72 hours. These services are critical for maintaining operational readiness and safety at the AFRL Ordnance Ranges C-64 and A-22. Interested parties may submit capabilities statements by December 19, 2025, to be considered, although the government reserves the right to proceed with the sole-source action. For further inquiries, contact Lydia Schickler at lydia_schickler@ibc.doi.gov or call 703-964-4872.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Interior, on behalf of the Department of Defense, U.S. Air Force, intends to issue a sole-source, time and materials purchase order to Bamajack, LLC for low-speed vehicle maintenance and repair services. These services, including emergency repairs, will be performed at Eglin AFB on AFRL Ordnance Ranges C-64 and A-22. The contractor must provide a mobile mechanic within a 60-mile radius of the work locations and possess Automotive Service Excellence (ASE) certifications. Key requirements include initial equipment inspections, submission of maintenance plans with job estimates, periodic maintenance, sourcing and providing necessary parts and fluids, responding to emergencies within 72 hours, and providing monthly service reports. The government will provide access to vehicles and a safe, covered work location with electricity. Interested parties can submit capabilities statements by December 19, 2025, to be considered, though the government reserves the right to proceed with the sole-source action.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    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.
    J--Region 4 Fleet Maintenance and Repair BPA
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking industry feedback for a proposed 10-year Blanket Purchase Agreement (BPA) for fleet maintenance and repair services across Region 4, which includes Alabama, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, North Carolina, Puerto Rico, South Carolina, Tennessee, and the U.S. Virgin Islands. The BPA will cover a comprehensive range of automotive repair services, including diagnostics, fluid and filtration services, electronics, engine repairs, and paint/body work, with vendors required to provide estimates prior to commencing work. This procurement is crucial for maintaining the operational readiness of the agency's vehicle fleet, ensuring that services are performed efficiently either in-shop or in the field. Interested vendors can direct inquiries to Joni Dutcher at jonidutcher@fws.gov or call 571-447-8387, with the opportunity open for comments prior to the solicitation issuance.
    Diesel Engine Replacement
    Dept Of Defense
    The Department of Defense, through the United States Air Force's 633rd Contracting Squadron, intends to issue a sole-source purchase order for a Hatz Diesel Engine from Hydraulic International Inc. This procurement is necessary due to the obsolescence of the engine, identified by National Stock Number (NSN) 4920-01-614-3132, with no direct replacements available, making Hydraulic International Inc. the only suitable supplier. The engine is critical for supporting the Aerospace Ground Equipment Flight of the 1st Maintenance Squadron. Interested firms capable of providing similar products are invited to submit capability statements by 2:00 PM Eastern Time on December 23, 2025, to Erika Allen at erika.allen.2@us.af.mil, as this notice serves as a combined synopsis/solicitation under FAR Part 13 and FAR Part 12. No solicitation is currently available, and phone inquiries will not be accepted.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    Evaluation and repair of Gear Boxes
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a contractor for the evaluation and repair of specific gearboxes, identified by part number BA22763-200 and serial numbers 0034, 0172, and 0174. This sole source procurement is aimed at ensuring the operational readiness of critical aircraft components, with the contractor required to provide labor, materials, and transportation to perform these services at NSWC Crane in Indiana. The contract includes multiple option years for additional evaluations and repairs, emphasizing the importance of maintaining high-quality standards in military equipment. Interested vendors must submit their capability statements by December 18, 2025, at 4:00 PM Eastern Time, and can direct inquiries to Trista Ray at trista.m.ray.civ@us.navy.mil.
    C/KC130 Air Vehicle: Engine Module Repair
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should direct inquiries and requests for access to solicitation attachments to Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil.
    SOLE SOURCE – Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure sole source repair services for miscellaneous vehicular components, as indicated by the PSC code 2590. This opportunity is outlined in a Justification and Approval (J&A) posting, which suggests that the services are critical and may not be available through competitive means. The selected contractor will be responsible for providing essential repair services that support the operational readiness of naval assets. Interested parties can reach out to Rochelle Berwick at rochelle.d.berwick.civ@us.navy.mil or by phone at 812-381-7261 for further details regarding this procurement.
    J--Helicopter maintenance services
    Interior, Department Of The
    The Department of the Interior, through the Interior Business Center (IBC), is seeking qualified contractors to provide helicopter maintenance services for Government-owned aircraft supporting the U.S. Park Police in Washington, DC. The procurement will result in a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, covering a five-year ordering period from April 1, 2026, to March 31, 2031, with a potential six-month extension. These services are critical for ensuring the operational readiness and safety of the aircraft, encompassing scheduled and unscheduled maintenance, inspections, repairs, painting, engineering services, parts manufacturing, and overhauls of airframes and engines. Interested parties should note that the anticipated solicitation release date is December 19, 2025, with proposals due by January 19, 2026, and must be registered in SAM.gov to participate in this full and open competition under NAICS code 488190. For further inquiries, contact Justin Kondeff at justinkondeff@ibc.doi.gov.