Box Trailer Maintenance
ID: FA940125Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9401 377 MSG PKKIRTLAND AFB, NM, 87117-0001, USA

NAICS

General Automotive Repair (811111)

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 related to box trailers at Kirtland Air Force Base in New Mexico. The procurement aims to secure semi-annual inspections, preventative maintenance, and repairs for various types of trailers, ensuring operational readiness for military training activities. This contract is particularly significant as it supports small businesses, including women-owned enterprises, and has a total estimated value of $9 million, with a performance period extending from June 23, 2025, to June 22, 2030. Interested contractors must submit their quotes by June 9, 2025, and can direct inquiries to Elizabeth Ongstad at elizabeth.ongstad@us.af.mil or Monique McLaughlin at monique.mclaughlin.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force is soliciting quotes for box trailer maintenance under solicitation number FA940125Q0015, with a response deadline of June 9, 2025. This Request for Quotation (RFQ) is designated as a 100% Small Business set-aside, aligning with the NAICS code 811111 for automotive repair services. Interested contractors must provide a technical plan and pricing based on specified Contract Line Item Numbers (CLINs) for various trailer inspection, maintenance, and repair services, detailed in the Performance Work Statement (PWS) dated April 8, 2025. Quotes must be submitted electronically in specified formats and should remain compliant with solicitation instructions to avoid disqualification. The evaluation criteria focus on technical acceptability and price validity, with award decisions based on the best value considering both factors. The contract will encompass semi-annual inspections and maintenance for a range of trailers, applicable for the performance period starting June 23, 2025, through June 22, 2030. A site visit is scheduled for May 7, 2025, to clarify requirements. This solicitation reflects the government’s commitment to engaging small businesses for federal service contracts while ensuring fair evaluation and adherence to regulatory processes.
    The Performance Work Statement (PWS) outlines the requirements for a non-personnel services contract focused on the maintenance of trailers by the 351st Special Warfare Training Squadron (SWTS). Necessary services include semi-annual inspections and maintenance for various trailers and generators owned by the Squadron, which are vital for safe transportation and operation during training activities. Contractors will be responsible for providing all necessary resources and personnel without direct supervision from the government. Key elements include clear communication protocols, a monthly status report detailing completed and upcoming maintenance, and adherence to scheduled appointments. The contract stipulates specific procedures for performing both scheduled and unscheduled maintenance and emphasizes the need for timely quotations and reporting to the government. It also establishes quality assurance measures to ensure compliance with performance standards and outlines the handling of Controlled Unclassified Information. Overall, the document emphasizes the importance of maintaining operational readiness and safety during training exercises through regular maintenance of essential equipment.
    The Department of the Air Force has issued an RFP (FA940125Q0015) for Box Trailer Maintenance services at Kirtland AFB, New Mexico, with a response deadline of May 26, 2025. This solicitation is a Request for Quotation (RFQ) exclusively for small businesses, classified under NAICS code 811111 for automotive repair with a size standard of $9M. Offerors are required to submit quotes via email, adhering to specific formatting guidelines, including a maximum of 30MB and allowable file formats. The quote should detail technical plans demonstrating comprehension of service requirements, including a performance work statement dated April 8, 2025. Evaluation will focus on the technical acceptability of proposals and pricing, ranked by total evaluated price. Offerors must furnish a complete pricing schedule for inspections, preventative maintenance, and repairs, covering multiple contract years until June 2030. Compliance with New Mexico gross receipts tax may also be applicable. The successful offeror will be selected based on the best value considering both technical and price factors as outlined in the document.
    The Department of the Air Force has issued a combined synopsis/solicitation for box trailer maintenance under Solicitation Number FA940125Q0015. This request for quotation (RFQ) is solely set aside for small businesses, with a deadline for responses by May 26, 2025. The contract requires offerors to submit detailed technical plans demonstrating their understanding of the required services, alongside pricing for specific contract line items (CLINs) related to inspections and maintenance. Comprehensive submission guidelines include the format for quotes, emphasizing clarity and adherence to requirements, with the expectation that all proposals remain valid through July 26, 2025. Evaluation of submissions will factor both technical acceptability and pricing, with the government prioritizing offers that provide the best overall value. The solicitation's performance work statement, along with pricing details, outlines the exact services needed and the timeline for over a multi-year period. This effort reflects the Air Force's commitment to maintaining operational readiness through effective vehicle maintenance.
    The Performance Work Statement (PWS) outlines the requirements for trailer maintenance services for the 351st Special Warfare Training Squadron (SWTS). This contract involves routine semi-annual maintenance of government-owned trailers used for transport and training, ensuring safety and operational readiness. The contractor is responsible for providing necessary personnel, equipment, and support services, including inspections and maintenance as specified in the contract. Communications between the contractor and the government must follow strict timelines, with monthly status reports detailing maintenance activities and issues. The contractor must adhere to quality control measures, delivering inspection reports and maintenance quotations prior to work commencement. Additionally, the document emphasizes mission-essential tasks and outlines specific inspection criteria for trailers and generators to prevent service interruptions. Overall, the PWS serves to facilitate the maintenance of crucial equipment, ensuring seamless training operations for the SWTS while underlining the importance of quality, communication, and compliance.
    The Performance Work Statement (PWS) outlines the objectives and scope of advisory and assistance services for the Air Force Safety Center, specifically focusing on Space Safety. The PWS emphasizes the Air Force's commitment to preventing mishaps and ensuring safe operations in space through the provision of expert personnel and support in various aspects of space safety programs. The contractor is responsible for engaging in initiatives related to risk management, mishap evaluations, and the development of safety policies and programs. Key tasks include participation in safety evaluations, curriculum updates, mishap investigations, and inter-agency collaboration for nuclear safety assessments. The contractor is to maintain compliance with Department of Defense standards and contribute to the ongoing safety culture within the Air Force's space operations. Essential qualifications for contractor personnel include relevant experience, security clearances, and adherence to safety regulations. This contract aims to enhance the United States' space-combat capabilities by fostering a culture of safety and implementing innovative solutions for operational excellence.
    This document provides responses to questions regarding a government Request for Proposal (RFP) for maintenance services. Key insights include the previous contractor's name, One Community Auto, LLC, with an awarded contract value of $66,100. The government did not disclose its maximum budget for the current proposal. Flexible scheduling for trailer drop-off and pick-up is emphasized, coordinated through communication between the contractor and customers. A site visit was held on May 7, 2025, prior to the bid evaluation process. Maintenance responsibilities include servicing generators, testing batteries, and conducting inspections on helicopter simulators. Contractors will be responsible for scheduling maintenance according to specified guidelines and responding to government notifications about potential scheduling conflicts. The proposal structure includes Contract Line Item Numbers (CLINs) organized by trailers, and while there is no specific baseline established, a CLIN for unscheduled maintenance exists. The procurement method outlined indicates a lowest price technically acceptable (LPTA) approach will be utilized for selection. This document serves to clarify expectations for contractors participating in the RFP process, ensuring compliance with maintenance standards and timely communication within the constraints of government operations.
    This government file pertains to a solicitation for contracts aimed at women-owned small businesses (WOSBs) to provide commercial products and services, specifically related to the maintenance of recreational trailers. It includes comprehensive details such as requisition and contract numbers, award dates, solicitation details, and contact information for inquiries. The main service involves semi-annual inspections and preventive maintenance of trailers, with a total anticipated cost of $9,000,000 across various option line items. Additional information contains references to compliance with federal acquisition regulations and various clauses pertaining to labor standards, small business considerations, and contract terms. The solicitation emphasizes the importance of framing this contract within the context of supporting WOSBs, promoting equitable opportunities in government procurement. Key points include the structured delivery and performance schedule, including the contractor's responsibility for providing all necessary personnel and resources to fulfill the maintenance requirements laid out in the performance work statement (PWS). Overall, the document serves as a detailed guide to vendors interested in competing for government contracts while promoting economic growth in disadvantaged business sectors.
    The government document outlines a solicitation for a contract with a focus on maintaining various types of recreational trailers at Kirtland Air Force Base, New Mexico. The contract is set up to include inspections, preventative maintenance, and repairs for multiple categories of trailers, with detailed service requirements specified in a Performance Work Statement (PWS). The solicitation includes product codes, quantities, unit prices, and the total amount for the award. Key dates include a due date for offers and a stated period of performance from June 23, 2025, to June 22, 2026, with multiple line items extending into subsequent years for additional service options. Joseph Theriot has been designated as the point of contact for inquiries regarding the project. This document demonstrates the government’s commitment to ensuring operational readiness through regular maintenance of its equipment, specifically supporting small businesses, including women-owned enterprises. Overall, it represents a structured approach to fulfilling government needs while adhering to federal acquisition regulations and facilitating local business participation.
    The document provides a solicitation for a contract related to maintenance and inspection services for various types of trailers and generators at Kirtland Air Force Base, New Mexico, identified under requisition number FA940125Q00150002. It outlines the requirements for inspections, preventative maintenance, and repairs on multiple trailer types, which are to be performed semi-annually. The solicitation aims to procure services from Women-Owned Small Businesses (WOSB) to align with federal procurement goals. Key details include the award amount of $9,000,000 and a proposal submission deadline of May 26, 2025. The document further details the inspection and acceptance criteria, emphasizing compliance with the Performance Work Statement (PWS) and the importance of full-service maintenance capabilities. Various line items specify the quantity and type of trailers requiring service, ensuring clarity in delivery expectations and timelines, with performance periods extending through to June 2028. Overall, the solicitation reflects a structured approach to contracting for essential maintenance services critical to the operational readiness of military equipment.
    Lifecycle
    Title
    Type
    Box Trailer Maintenance
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    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.
    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.
    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.
    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.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    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.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    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.