J--US Air Force Research Laboratory Vehicular Mainten
ID: 140D0425Q0355Type: Solicitation
AwardedJun 11, 2025
$76.4K$76,445
AwardeeBAMAJACK, LLC 8481 W WATERGATE RD Lake City MI 49651 USA
Award #:140D0425P0083
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, through the Acquisition Services Directorate, is seeking contractors to provide mobile mechanic services for the maintenance and repair of low-speed vehicles at Eglin Air Force Base, Florida. The contract will cover a six-month base period from June 1, 2025, to November 30, 2025, with the possibility of four one-year extensions, and will be awarded as a Time & Materials contract. This procurement is crucial for ensuring the operational readiness of essential vehicles, such as mowers and forklifts, used at the military installation. Interested contractors must submit their quotes by April 25, 2025, and comply with all requirements outlined in the solicitation, including registration in the System for Award Management. The total contract value is estimated at $12.5 million, and inquiries can be directed to Lydia Schickler at lydia_schickler@ibc.doi.gov or by phone at 703-964-4872.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details Amendment 0001 to Solicitation 140D0425Q0355, issued by the Interior Business Center's Acquisition Services Directorate. It addresses vendor questions, revises submission requirements, and provides clarifications to improve understanding and streamline the bidding process for contractors interested in the project running from June 1, 2025, to November 30, 2029. Key updates include the removal of unnecessary documentation requirements, confirmation that no page limits exist for the technical volume submissions, and an emphasis on accurately completing required forms, such as Representations and Certifications, for eligibility. The modifications also clarify that no past performance submission from contractors is needed; instead, the government will assess contractors based on information from the Contractor Performance Assessment Reporting System (CPARS). Offering guidelines include specifics on the cover letter to be included in proposals, detailing contact information, vendor qualifications, and acknowledgment of amendments. The document ensures compliance with procurement protocols under Simplified Acquisition Procedures, with the intent of maintaining a competitive, transparent process for interested parties. These amendments aim to facilitate accurate and timely submissions, ensuring all necessary documents are submitted by the stipulated deadline.
    The Combined Synopsis Solicitation 140D0425Q0355 outlines the U.S. Air Force Research Laboratory's (AFRL) requirement for Mobile Mechanic Services for maintenance of low-speed vehicles at Eglin Air Force Base, Florida. The solicitation details a six-month base period from June 1 to November 30, 2025, with four optional one-year extensions, and includes a Time & Materials contract type. Contractors must submit quotes by April 25, 2025, and provide all necessary documentation and pricing information to be considered for the award. The contract includes provisions for personnel qualifications, expected maintenance scope, including periodic inspections, emergency repair response times, and a specific hourly rate for labor. Contractors are required to secure their own tools and transportation, with an emphasis on adhering to safety and environmental regulations. Additionally, compliance with the System for Award Management registration is necessary for award eligibility. This opportunity is open to both small and large businesses, aiming to ensure competitive bidding for efficient service delivery at the identified military location.
    This document outlines Amendment 0001 to an existing federal solicitation (number 140D0425Q0355) issued by the Acquisition Services Directorate of the Interior Business Center, which is effective from April 11, 2025. The amendment's primary purpose is to respond to vendor inquiries and update the solicitation accordingly, without extending the due date for offers. The period of performance for the solicitation spans from June 1, 2025, to November 30, 2029. Interested contractors must acknowledge receipt of this amendment in their offer submissions, using specified methods, to avoid potential rejection of their offers. The amendment details changes related to the solicitation, including administrative modifications and requirements for accounting and appropriation data, if needed. All original terms and conditions remain in effect unless altered by this amendment. This document exemplifies the procedural and administrative aspects of government requests for proposals, ensuring compliance and clarity in communication between the issuing agency and prospective contractors.
    This document is a Request for Proposal (RFP) for a government contract, detailing the solicitation for commercial items and services. It includes essential information such as the solicitation number (140D0425Q0355), the contact details of the official (Homer Shoup), and payment terms. The contract is set to be administered by the Interior Business Center, with a period of performance from June 1, 2025, to November 30, 2029, and a total value of $12.5 million. The RFP is open to various types of businesses, including service-disabled veteran-owned and economically disadvantaged women-owned small businesses, indicating a commitment to promoting diversity in procurement. The document instructs the offeror to complete specific blocks and follow the regulations outlined in the Federal Acquisition Regulation (FAR). It emphasizes the importance of submitting invoices correctly and provides details about remittance addresses and payment methods. The overall purpose of the RFP is to solicit bids from qualified contractors for future government projects while promoting fair opportunities for small and disadvantaged businesses.
    Similar Opportunities
    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.
    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.
    Abrams Integrated Logistics Services (AILS) Solicitation
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is issuing a solicitation for the Abrams Integrated Logistics Services (AILS) contract, aimed at providing comprehensive support for the Abrams Family of Vehicles and related systems. This five-year contract will encompass Field Service Representatives, vehicle maintenance, modification work orders, total package fielding, new equipment training, and program management, including support for Foreign Military Sales (FMS) countries. The services are critical for ensuring the operational readiness and sustainment of advanced military vehicles. Proposals are due by 12:00 PM ET on January 9, 2026, and interested parties should direct inquiries to Jaclyn Beach at jaclyn.j.beach.civ@army.mil, ensuring to submit questions by December 12, 2025.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    MN Litchfield WMD - UTV with Trade-in
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a new Utility Terrain Vehicle (UTV) with a trade-in option for a 2017 Polaris Ranger as part of their operations at the Litchfield Wetland Management District (WMD). The UTV must meet specific requirements, including a 950 cc/65 HP engine, automatic transmission, and features suitable for safe operation in cold weather, such as power steering and a full cab with heating. This procurement is critical for enhancing operational efficiency in wildlife management activities, with quotes due by January 7, 2026, at 2:00 PM ET, and submissions should be directed to Dana Arnold at danaarnold@fws.gov. The contract will be awarded based on best value, considering both technical specifications and pricing, with the contractor responsible for delivery to the specified location in Litchfield, MN.
    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.
    Non-Tactical Vehicles (NTVs) Preventative Maintenance and Repair Service for U.S. Marine Corps Forces Korea (MARFORK)
    Dept Of Defense
    The Department of Defense is soliciting proposals from Women-Owned Small Businesses (WOSB) to provide preventative maintenance and repair services for Non-Tactical Vehicles (NTVs) at U.S. Marine Corps Forces Korea (MARFORK) facilities, specifically at Camp Humphreys and Camp Mujuk. The contract encompasses a range of services including monthly, semi-annual, and annual inspections, tire services, repair services, pick-up and delivery, and emergency towing, with a performance period extending from March 2026 to December 2030, including multiple option years. This contract is crucial for maintaining the operational readiness of military vehicles in the region, ensuring compliance with Korean Motor Manufacturer manuals and safety standards. Interested contractors must submit their proposals via the PIEE Solicitation Module by December 2, 2025, and can direct inquiries to Addison Park at addison.e.park.civ@army.mil or by phone at 315-755-0009.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 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, and proposals must remain valid through March 31, 2026.
    MN Morris WMD - UTV with Two Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the procurement of a 6x6 Utility Task Vehicle (UTV) along with the trade-in of two existing vehicles, specifically a 2009 Argo Avenger and a 2016 Polaris Ranger, for the Morris Wetland Management District (WMD). The UTV must meet specific technical specifications, including features such as a roll-over protection system, enclosed cab with climate control, and a power-tilting bed, with proposals evaluated based on technical compliance, lead time, and pricing. This procurement is crucial for enhancing operational capabilities in wildlife management and habitat conservation efforts. Interested vendors must submit their proposals by January 8, 2026, at 2:00 PM ET, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.