Fitness Equipment Maintenance & Repair
ID: H9224025Q0015Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, USA

NAICS

Other Personal and Household Goods Repair and Maintenance (811490)

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, through the Naval Special Warfare Command, is soliciting proposals for the maintenance and repair of fitness equipment used by military personnel, specifically under the USSOCOM. The contractor will be responsible for conducting monthly inspections, servicing, and repairs of athletic equipment at designated locations, ensuring compliance with a Quality Control Plan and timely reporting of activities. This procurement is vital for maintaining the operational readiness and physical fitness of military personnel, with a focus on enhancing public fitness and rehabilitation resources. Interested small businesses, including service-disabled veteran-owned and economically disadvantaged women-owned businesses, must submit their proposals by the specified deadline, with inquiries directed to Kelly L. McNeill at kelly.mcneill@socom.mil.

    Point(s) of Contact
    Kelly L. McNeill
    kelly.mcneill@socom.mil
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for maintenance and repair services of athletic equipment used by the Naval Special Warfare Command - Group FOUR (NSWG4). The contractor is responsible for conducting monthly inspections and service on equipment listed in the provided inventory at four designated locations within the JEB Little Creek area. Services include lubrication, calibration, internal cleaning, and repairs— with a requirement for timely reporting of activities. The contractor must also implement a Quality Control Plan to ensure compliance with contract specifications and address any performance issues. Labor hours must be reported annually via a secure online platform, ensuring transparency in performance metrics. Security measures are emphasized, highlighting the need for contractor personnel to be U.S. citizens and to have relevant access to military facilities. The contract includes a base year with four optional extensions, demonstrating a long-term commitment to detailing responsibilities and quality assurance within the specified framework. Overall, the document serves to define the expectations and obligations of the contractor in maintaining critical athletic performance equipment for military personnel.
    The document outlines a procurement list of fitness equipment and sports medicine supplies intended for government-funded programs or facilities. It categorizes items based on their purpose, with a detailed inventory of various fitness machines and sports medicine tools from multiple vendors. Key equipment listed includes functional trainers, stationary bikes, treadmills, anti-gravity treadmills, and high-low tables for sports medicine. The document specifies quantities from notable vendors such as Keiser, Concept 2, PowerLift, and Chattanooga, among others. This organized presentation suggests the government's commitment to enhancing public fitness and rehabilitation resources through investments in advanced equipment. The itemization serves to facilitate the procurement process in response to federal, state, and local needs, highlighting the well-defined structure of RFPs aimed at soliciting bids for necessary health and fitness provisions.
    The document outlines Wage Determination No. 2015-4341 under the Service Contract Act, detailing minimum wage requirements for contractors in North Carolina and Virginia. Effective January 30, 2022, contracts must meet a minimum wage of $17.75 per hour under Executive Order 14026 or $13.30 per hour under Executive Order 13658, with annual adjustments to this rate. It specifies that covered occupations and their corresponding pay rates, fringe benefits, and contractual obligations related to sick leave are essential components of hours worked under the contract. Various occupations from administrative support to health services and their hourly rates are provided. Important provisions include health and welfare benefits, vacation, paid holidays, and guidelines for uniform allowances. The document establishes a conformance process for unlisted occupations for fair wage representation, ensuring compliance with worker protections and federal mandates, highlighting the government’s emphasis on fair labor standards within federal contracts.
    The document outlines a Request for Quotation (RFQ) H9224025Q0015 from the Naval Special Warfare Command for the provision of equipment maintenance services over a 12-month period. The primary requirement is the repair and maintenance of athletic equipment as specified in the accompanying attachments. The RFQ indicates a firm fixed price (FFP) structure, with specific clauses and terms incorporated by reference, including those related to cybersecurity, telecommunication services, and compliance with government regulations. The solicitation marks a set-aside for small businesses, encouraging participation from service-disabled veteran-owned and economically disadvantaged women-owned businesses. Submission instructions include a deadline for offers, required contents such as technical narratives, pricing information across multiple items, and compliance with federal representation and certifications. Evaluation will focus on technical capability and price, adhering to a Lowest Price Technically Acceptable (LPTA) approach. This RFQ underscores the government’s commitment to supporting small businesses while ensuring the procurement of maintenance services is conducted efficiently and conforms to established legal requirements. The document emphasizes clear guidelines for offer submission and evaluation criteria, promoting transparency and fairness in the award process.
    The document outlines the Request for Quotation (RFQ) H92240-25-Q-0015 for Fitness Equipment Maintenance and Repair services. It addresses queries from potential contractors regarding the project's status and proposal submission requirements. Notably, it confirms that there is an incumbent contractor, PROFESSIONAL ATHLETIC REPAIR INC, with an existing contract (H9224020P0021). Additionally, the document indicates that submission instructions for proposals are included within the solicitation itself, guiding bidders on how to proceed. This RFQ aims to secure qualified service providers for the maintenance and repair of fitness equipment, ensuring reliable service continuity for government operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Watercraft & Trailer Services
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking vendors to provide comprehensive maintenance services for a fleet of watercraft located in Key West, Florida. The procurement aims to ensure that various types of watercraft, including reconnaissance crafts, personal watercraft, and associated trailers, are maintained in compliance with Florida state law and Department of Transportation regulations, with a focus on routine maintenance and emergency services. Interested vendors must be located within a 50-mile radius of Key West and are encouraged to submit their capabilities and relevant experience by December 29, 2025, at 4:30 PM EST, with inquiries directed to SSG Ramneek Tinoco or SFC Kevin Margeson via email.
    10--SOLENOID,ELECTRICAL, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of electrical solenoids under a federal contract. This procurement aims to ensure the operational readiness of critical components used in torpedo and depth charge launchers, emphasizing the importance of maintaining high standards in military equipment. Interested contractors must provide a firm-fixed price quote for the full repair effort, including a teardown and evaluation of the components within 90 days of receipt, and adhere to specific quality assurance and packaging standards. For further details, potential bidders can contact Heather R. Jones at 717-605-4866 or via email at HEATHER.R.JONES52.CIV@US.NAVY.MIL.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command (USSOCOM), is seeking quotes for a training program focused on the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide a comprehensive biannual, ten-day Initial Qualification Training (IQT) course for up to six personnel, covering essential topics such as FPV system theory, design, assembly, and advanced flight techniques, with a total of 80 hours of instruction. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a Firm-Fixed-Price contract, with the base year commencing on January 15, 2026, and includes two option years. Interested parties should direct inquiries to Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil, and note that the current solicitation is not funded as per FAR Clause 52.232-18.
    Maintenance and Repair Specialized Equipment
    Dept Of Defense
    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.
    Gymnasticator Modernization
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Rock Island, is seeking proposals for the modernization of control systems for two MG3000 Mechanical Gymnasticators at the Rock Island Arsenal-Joint Manufacturing & Technology Center (RIA-JMTC). The project aims to enhance the gymnasticators' capabilities to deliver real-time test data, positional results, and pass/fail outcomes for various weapons systems, including the M1A1 and M119A3, among others. This upgrade is critical for maintaining the operational efficiency and reliability of military equipment, ensuring compliance with stringent safety and environmental standards. The total contract value is estimated at $25,500,000, with a performance period of 365 days post-award. Interested contractors should direct inquiries to Christine Szalo at christine.a.szalo.civ@army.mil or Daniel Sinnott at Daniel.s.Sinnott.civ@army.mil.
    Equipment Maintenance, Repair, Corrosion Prevention and Control in the Contiguous United States
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Engineering and Expeditionary Warfare Center (EXWC), is seeking information from qualified contractors for Equipment Support Services (EES) within the contiguous United States (CONUS). The objective is to assess capabilities for maintenance, repair, and corrosion prevention and control of Naval Expeditionary Equipment Assets, which may include inspections, refurbishment, and modernization services. This opportunity is crucial for ensuring the operational readiness of various military equipment, including vehicles and construction machinery. Interested parties must submit their responses by 5:00 PM Eastern Time on January 15, 2026, to Ryley Fages at ryley.j.fages.civ@us.navy.mil and Crystal Brooks at crystal.s.brooks2.civ@us.navy.mil, with a focus on providing corporate background information as outlined in the attached questionnaire.
    COMPUTER SUBASSEMBL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of COMPUTER SUBASSEMBL units. The procurement aims to ensure the operational readiness of critical communication equipment by requiring contractors to provide comprehensive repair services, including addressing any damages or missing components, with a Repair Turnaround Time (RTAT) of 410 days. This contract is vital for maintaining the functionality of military communication systems, which are essential for national defense operations. Interested contractors must submit their proposals via NECO or email by December 17, 2025, and can reach out to BUC Owen McNamara at 215-697-3473 or via email at owen.m.mcnamara2.civ@us.navy.mil for further details.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    BODY,DYNAMIC SEAL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of eight units of the Body, Dynamic Seal, designated under NSN 5820 011586886. This procurement is a 100% small business set-aside and aims to fulfill the requirements for use on Navy submarines, emphasizing the need for compliance with stringent quality and inspection standards. The evaluation of proposals will consider both price and non-price factors, including delivery lead time and past performance, with the contract award expected to be made based on the best value to the government. Interested parties should direct inquiries to Sagan Kakkar at 717-605-9121 or via email at sagan.kakkar.civ@us.navy.mil, with proposals due in accordance with the solicitation timeline.
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.