JBSA KUBOTA KUV Maintenance Services
ID: FA301625R0047Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

All Other Automotive Repair and Maintenance (811198)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)

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 soliciting proposals for maintenance services for Kubota Utility Vehicles (KUV) at Joint Base San Antonio (JBSA), Texas, under contract number FA301625R0047. The procurement aims to secure non-personal services that encompass all management, tools, supplies, equipment, parts, and labor necessary for the inspection, maintenance, and repair of 49 KUVs, ensuring their operational readiness and compliance with applicable regulations. This contract is particularly significant as it is set aside for small businesses, with a total award amount of $10 million, emphasizing the federal government's commitment to supporting Women-Owned Small Businesses (WOSB) and economically disadvantaged entities. Interested contractors must submit their proposals by July 22, 2025, and can direct inquiries to Theresa Viveros at theresa.viveros@us.af.mil or N. Marie Phillips at norena.phillips@us.af.mil.

    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for inspection, maintenance, and repair services for Kubota Utility Vehicles (KUV) at Joint Base San Antonio (JBSA), Texas. The contractor is responsible for providing all necessary labor, tools, and parts to ensure the KUVs are operational and compliant with regulations. Scheduled interval maintenance and corrective repair services will be governed by the manufacturer's instructions and local laws, with strict timelines for reporting defects and completing repairs. Key points include a monthly scheduling process linked to KUV usage, adherence to service intervals outlined in an appendix, and the requirement for ASE-certified personnel to perform services. Performance metrics are established, such as the acceptable number of defects per month and the deadlines for service completion. The contractor must also comply with stringent quality control standards, ensure proper environmental practices, and coordinate with government representatives for access and inspection. Overall, this PWS emphasizes the operational readiness of KUVs as crucial to mission success at JBSA.
    The document outlines the Performance Work Statement (PWS) for maintaining and repairing Kubota Utility Vehicles (KUV) at Joint Base San Antonio (JBSA), Texas. Contractors are responsible for all aspects of vehicle inspection, maintenance, and repair services, ensuring compliance with manufacturer and regulatory standards. Key service elements include scheduled interval maintenance as detailed in Appendix B, with requirements for a maintenance checklist post-completion. The contractor must address any defects identified within a specified timeframe and submit cost estimates for necessary repairs prior to approval. A monthly service schedule must be provided based on KUV usage data, with a strict adherence to service timelines to avoid operational delays. The document emphasizes rigorous quality control and assurance measures, mandating contractor accountability for performance thresholds. Additionally, it specifies qualifications for contractor personnel, operational hours, and compliance with security and environmental regulations. The overall aim is to maintain KUVs in optimal operational condition, reflecting the government's commitment to equipment reliability and safety standards. This contract demonstrates the significance of thorough maintenance services in support of military operations.
    The document outlines Wage Determination No. 2015-5253, issued by the U.S. Department of Labor under the Service Contract Act, detailing required wage rates for specific occupations in Texas counties. Contractors for federal service contracts must adhere to minimum wage rates set by Executive Orders 14026 ($17.75 per hour) and 13658 ($13.30 per hour), depending on contract dates and extensions. A comprehensive list of occupations and their corresponding wage rates is provided, indicating various roles alongside mandatory fringe benefits, such as health and welfare and paid sick leave. The document emphasizes contractors’ obligations to maintain compliance with minimum wage standards and employee benefits, and outlines the process for requesting additional classifications and wage rates when necessary. This wage determination serves to ensure fair compensation and worker protection for employees under federal contracts, highlighting the importance of adhering to guidelines for contract execution and compliance within government RFPs and grants.
    The Q&A document pertains to the solicitation FA301625R0047 for maintenance services related to the JBSA Kubota KUV and indicates that this project is a recompete, implying there is an existing contractor currently fulfilling these services. The incumbent contractor has the award number FA301622D0033. This summary serves the purpose of clarifying the current status of the solicitation process, indicating that interested parties may be bidding against an established vendor with prior experience in the required services. Such recompete scenarios in government procurement often aim to foster competition and ensure service quality while possibly exploring better pricing options.
    The document outlines a solicitation for Women-Owned Small Business (WOSB) services, specifically maintenance for Kubota equipment at Joint Base San Antonio (JBSA). The contract, numbered FA301625R0047, includes various service packages, ranging from 200 to 2000 hours of preventative maintenance, along with provisions for unscheduled repairs with a maximum expenditure of $25,000. The solicitation emphasizes the importance of awarding contracts to small businesses, particularly those owned by women and economically disadvantaged individuals, as part of the federal government's commitment to support such enterprises. The expected period of service spans several years, detailing incremental phases for various service levels, with pricing based on firm fixed rates. The document incorporates necessary federal acquisition regulations and clauses, including those pertaining to electronic invoicing and contractor responsibilities. Furthermore, prerequisites such as tax compliance and certifications relating to the use of covered telecommunications equipment are outlined. Ultimately, this RFP aims to promote equal opportunities for WOSBs while fulfilling the maintenance needs for the military facilities involved.
    The Women-Owned Small Business (WOSB) solicitation outlines a federal contract for maintenance services related to Kubota equipment, focusing on delivering commercial products and services. The contract number FA301625R00470001 is expected to provide maintenance services over several years, detailing an estimated quantity of service hours, materials for unscheduled maintenance, and fixed pricing arrangements. Additionally, the solicitation establishes requirements for offerors to be certified small businesses, including definitions related to women-owned and economically disadvantaged entities. Key details include the total award amount of $10 million and various line items prioritizing service maintenance within defined performance periods, from 2025 to 2031. The solicitation emphasizes compliance with federal regulations, requiring proper documentation and certifications from vendors, including adherence to the Buy American Act and various sub-regulatory clauses governing federal contracts. Overall, the document serves as a formal invitation for WOSB firms to participate in the procurement process, aiming to expand opportunities for eligible businesses while ensuring quality and regulatory compliance in government contracts.
    The document outlines a solicitation for Women-Owned Small Business (WOSB) proposals related to maintenance services for Kubota vehicles at Joint Base San Antonio (JBSA). The solicitation, identified by number FA301625R00470002, seeks qualified contractors to bid on various service maintenance tasks, which include fixed-price options for scheduled hours and unscheduled repairs, over multiple periods from 2025 to 2030. A total award amount of USD 10,000,000 is specified, with quantities and unit prices clearly listed for different service hour requirements. Key information also emphasizes the need for compliance with federal regulations, along with several provisions addressing economic disadvantage certifications and responsibilities regarding labor practices. The document encourages submissions from eligible businesses, aiming to promote economic growth and compliance within the federal contracting framework. It incorporates clauses related to federal acquisition regulations, including electronic payment submissions and representation certifications. This initiative reflects the federal government's commitment to engage diverse businesses while ensuring transparency and accountability in procurement processes.
    This document serves as an amendment to a government solicitation for Kubota Maintenance Services, adjusting the project timelines and updating related documentation. Key changes include the extension of the performance period from August 2025 to September 2030, and a revised offer deadline pushed from June 18, 2025, to July 10, 2025. Critical sections of the Performance Work Statement (PWS) have been updated, particularly regarding qualifications and wage determinations. The solicitation details submission requirements, including volume divisions for proposals: Volume I for pricing and contracting, and Volume II for technical proposals. Offerors must demonstrate technical capability in areas such as management plans, qualifications, and quality control measures, all evaluated on an acceptable/unacceptable basis. The award will be a Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract, granted to the lowest priced, technically acceptable offer. This amendment emphasizes compliance with established guidelines and procedural clarity to ensure thorough evaluation and fairness in awarding contracts. It underlines the necessity for detailed proposals that address performance criteria as set forth in the RFP while maintaining project timelines and regulations.
    The document serves as an amendment to a federal solicitation, extending the deadline for offer submissions from July 10, 2025, to July 22, 2025, and updating the performance dates in relevant FAR clauses. It formally notes the removal of several contract line items (CLINs 0501 to 0506), which included various service maintenance hours and unscheduled maintenance provisions, thus altering the scope and pricing arrangement for the procurement. Additionally, it outlines requirements for acknowledgment of the amendment by contractors, emphasizing that failure to do so may lead to offer rejection. The document reaffirms that all unchanged terms of the original solicitation remain in full effect. The amendment highlights the government’s ongoing procurement processes, underlining the importance of clear communication and regulatory compliance in federal contracting practices.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    DoD BUS CARRIER APPROVAL By DTMO
    Dept Of Defense
    The Department of Defense, through the Defense Travel Management Office (DTMO), is announcing a special notice regarding the upcoming solicitation for bus and van services at Joint Base San Antonio (JBSA), anticipated to be released around January 2026. The 502d Contracting Squadron is seeking contractors to provide non-personal transportation services that support the operational needs of JBSA Lackland and Fort Sam Houston, including contingency transportation, while ensuring compliance with government scheduling and cleanliness standards. To be eligible for this contract, potential offerors must be Approved DoD Bus Carriers by the DTMO at the time of proposal submission and must hold the necessary Texas licenses and Class B commercial driver's licenses with passenger endorsements. Interested parties should reach out to Barbara A. Jewett at barbara.jewett.1@us.af.mil or 210-652-5454, or Ericka L. McGlone at ericka.mcglone@us.af.mil or 210-652-8586 for further inquiries, noting that this notice is not a solicitation for proposals at this time.
    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.
    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.
    Vehicles Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    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.
    Offutt Tank Inspection
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for tank inspection services at Offutt Air Force Base, Nebraska. The procurement involves conducting API Modified Inspections on four Jet A fuel tanks, including tasks such as fuel removal, tank cleaning, and the development of strapping charts, all adhering to federal and state regulations. This contract is crucial for maintaining the integrity and safety of fuel storage facilities, ensuring compliance with environmental and safety standards. Proposals are due by December 16, 2025, at 2:00 PM CST, and interested parties should contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Brent Bertrand at Brent.D.Bertrand@usace.army.mil for further information.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    KC-46 Commercial Common Repairable Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support contract, aimed at providing strategic repairable support services for the KC-46A aircraft. This competitive, full and open solicitation requires contractors to ensure a 30-day exchange of unserviceable assets for serviceable ones, which must be FAA-certified, thereby maintaining the aircraft's operational readiness and compliance with aviation standards. The contract will have a five-year base period with a maximum value of $470.9 million, and interested parties should direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil, with proposals due in accordance with the specified timelines outlined in the solicitation documents.