Mechanical Maintenance Services
ID: SP4705-26-R-2032Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO-RICHMOND DIVISION #3RICHMOND, VA, 23237, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for Mechanical Maintenance Services at the Andrew T. McNamara Headquarters Complex in Fort Belvoir, Virginia. The contract encompasses a comprehensive range of services, including maintenance, repair, and minor alterations of HVAC, plumbing, fire alarm systems, and mechanical equipment across multiple facilities, with a focus on ensuring compliance with safety standards and building codes. This procurement is a Total Small Business Set-Aside under NAICS Code 238220, with a contract structure comprising a 12-month base period and four 12-month option periods, totaling five years. Interested contractors must submit their proposals by December 1, 2025, at 4:00 p.m. ET, and can direct inquiries to Beverly J. Williams at beverly.j.williams@dla.mil or Odemaris Dekle at odemaris.dekle@dla.mil.

    Point(s) of Contact
    Beverly J. Williams
    beverly.j.williams@dla.mil
    Files
    Title
    Posted
    Amendment 0001 to Solicitation SP4705-26-R-2032 clarifies key aspects of the Request for Proposal (RFP), primarily addressing contractor inquiries regarding wage determinations and licensing. The amendment incorporates official questions and government responses, replacing the previously attached Davis-Bacon wage determination with a correct version. It also clarifies that if a Collective Bargaining Agreement (CBA) is in place, contractors must adhere to the higher of either the CBA rates or the Davis-Bacon minimum rates. Additionally, it confirms that a Virginia Class A contractor's license in Plumbing and HVAC satisfies the licensing requirements. All other terms and conditions of the original solicitation remain unchanged. Offers must acknowledge this amendment via specified methods to ensure their bid's validity.
    This government file details a contract modification or amendment, as indicated by the "Amendment/Modification Number" and "Contract/Order Number" fields. The document outlines changes made to an existing contract, specifying the effective date of the amendment and potentially altering requirements or purchase requisitions. It includes details such as accounting and appropriation data, and the nature of the modification (e.g., "Administrative Changes"). The file specifies that the changes are applicable to solicitations and modifications of contracts/orders. It also includes sections for signatures and dates from both the signer and the contracting officer, along with a description of the amendment or modification. The inclusion of a project number and a contracting officer suggests that this document is part of a procurement process, likely for goods or services within the government. This document's purpose is to formally record and implement adjustments to a previously established agreement, ensuring all parties are aware of the updated terms and conditions.
    Amendment 0003 to solicitation SP4705-26-R-2032 clarifies requirements for mechanical solutions, specifically addressing the use of prime and subcontractor teaming arrangements. The government prefers offerors with in-house capabilities for prompt service but permits teaming, provided the prime contractor fully manages and executes all services without diminishing responsibility. This amendment also confirms that the solicitation does not impact the Building Control Systems/Utility Control Systems (BCS/UCS) Maintenance Services IDIQ, as these are separate requirements. All other terms and conditions of the original solicitation remain unchanged.
    The Performance Work Statement (PWS) for the McNamara Headquarters Complex (HQC) outlines comprehensive mechanical building maintenance services. The contract, structured as a 12-month base with four 12-month options (totaling 60 months), combines Firm Fixed Price and Indefinite Delivery/Indefinite Quantity (IDIQ) elements. Services include routine maintenance, operation, repair, and minor alterations for HVAC, plumbing, fire alarm systems, and mechanical equipment across various facilities, including the main HQC building (1,100,000 sq ft) and several smaller structures. Key requirements involve 24/7 on-site licensed tradesmen, adherence to numerous safety and building codes (e.g., ADA, NFPA, ASHRAE), and a structured approach to service orders, including emergency, routine, and minor work. The document defines various terms like "Beyond Economical Repair," "Extraordinary Repair Work," and "Preventive Maintenance," specifying how each is handled and funded within the contract's framework. The overall purpose is to ensure the high visibility facility remains compliant with government standards, safe, and fully functional.
    This Quality Assurance Surveillance Plan (QASP) outlines the government's approach to monitoring contractor performance against the Performance Work Statement (PWS) and the contractor's Quality Control Plan (QCP). Its purpose is to ensure required performance standards and service levels are met and that the government pays only for services received. The QASP defines roles for the Contracting Officer (CO) and Contracting Officer's Representative (COR), performance objectives, monitoring methodologies (random, 100%, and periodic inspections, and customer feedback), and documentation requirements. Performance is evaluated using monthly and periodic reports, and quality deficiency reports. Failure to meet acceptable quality levels (AQLs) can result in corrective action plans, payment deductions, and re-performance of unsatisfactory work. The document includes a Performance Requirements Summary Table detailing contract requirements, standards of performance, AQLs, and deduction references for various services like HVAC, plumbing, and fire protection systems.
    This document addresses questions and government responses related to RFP SP4705-26-R-2032, focusing on mechanical services. Key clarifications include confirming that unpopulated Mentor-Protégé Joint Ventures can submit proposals using member FCLs, the Work Breakdown Structure is high-level, and only Fire Suppression Systems are under this contract. It specifies that Emergency Service Orders (ESO) and Extraordinary Repair Work (ERW) exceeding $5,000 will be handled via separate Task Orders, while repairs under $5,000 are FFP. The government also clarified various deliverable timelines, CMMS responsibilities, on-site personnel requirements, and the acceptability of vendor/subcontractor support for proprietary components. It also confirms a 10-day transition period, 10-year project manager experience requirement, and details on past performance submissions.
    This government Request for Proposal (RFP) (SP4705-26-R-2032) outlines a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for comprehensive mechanical maintenance and repair services at the DLA Headquarters Complex. The contract includes a 12-month base period and four 12-month option periods, totaling 60 months of potential performance. Services encompass routine mechanical maintenance, fire protection system maintenance, preventative maintenance on HVAC, refrigeration, kitchen, plumbing, sewage, roof drain, and storm water systems, as well as service calls, water treatment, building automation system services, and ad hoc alteration and repair work. The procurement is a 100% Small Business Set-Aside under NAICS Code 238220 (Plumbing, Heating, and Air-Conditioning Contractors). Offerors must be registered in SAM, and pricing must comply with the attached Collective Bargaining Agreement (CBA) and Construction Wage Rate Requirements for ad hoc work. A site visit is scheduled for October 28, 2025, and proposals are due by November 21, 2025, at 4:00 p.m. ET.
    Amendment 0004 to Solicitation SP4705-26-R-2032 extends the offer response date from November 17, 2025, to November 21, 2025, at 4:00 p.m. ET. This amendment also updates the Performance Work Statement, incorporates the Quality Assurance Surveillance Plan and Questions and Answers, and revises page 1 (Block 8) and page 70 of the RFP to change the number of projects in the Past Performance Description. All other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15, acknowledging on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers.
    Amendment 0005 to solicitation SP4705-26-R-2032 incorporates the "Mechanical Equipment on PM Plan" attachment. The purpose of this amendment is to add this new document, while maintaining the original response date and time of November 21, 2025, at 4:00 P.M E.T. All other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing specific items, acknowledging on each offer copy, or sending a separate communication, with failure to do so potentially resulting in the rejection of their offer. This amendment ensures that all relevant documentation for the solicitation is complete and accessible to potential contractors.
    Amendment 0006 to solicitation SP4705-26-R-2032 incorporates a partially completed DD Form 254 (Department of Defense Contract Security Classification Specification) from April 2018. The primary purpose is to provide offerors with instructions regarding classified work requirements and the completion of the DD254. Offerors must possess a SECRET level or higher Facility Clearance (FCL) prior to contract award. Proposals must include the current FCL, CAGE Code, Facility Security Officer (FSO) contact information, and a statement of compliance with DD254 security requirements. No classified material will be released during the solicitation phase, and access to classified information will only occur post-award under a finalized DD254. Failure to comply with these security instructions may result in proposal ineligibility. All other terms and conditions of the original solicitation remain unchanged.
    The Performance Work Statement (PWS) for the McNamara Headquarters Complex (HQC) outlines comprehensive mechanical building maintenance services for the Defense Logistics Agency. This contract, with a 12-month base period and four 12-month options, aims to ensure compliance with safety standards, building codes, and industry best practices. The contractor will provide all labor, supervision, materials, tools, and transportation for routine maintenance, operation, repair, and minor alterations of HVAC, plumbing, fire alarm systems, and mechanical equipment across multiple facilities, including the HQC, visitor centers, gates, a recreational building, child development center, parking garage, and material receiving facility. Services include emergency, preventative, and predictive maintenance, with specific definitions for various types of work, response times, and payment structures (Firm Fixed Price and Indefinite Delivery/Indefinite Quantity). The document details roles of the Contracting Officer (KO) and Contracting Officer's Representative (COR) and emphasizes adherence to numerous federal and international codes and standards.
    Amendment 0007 to solicitation SP4705-26-R-2032 extends the response deadline to December 1, 2025, at 4:00 p.m. Eastern Time. This modification, issued on November 20, 2025, by DLA Contracting Services HQ, specifically addresses the receipt of offers. Offerors must acknowledge this amendment via methods such as completing specified items on the form, acknowledging it on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the deadline may lead to the rejection of offers. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0008 revises the solicitation SP4705-26-R-2032 by incorporating a partially completed DD Form 254 (Department of Defense Contract Security Classification Specification) and updating the Performance Work Statement (PWS). Key requirements for offerors include possessing a SECRET or higher Facility Clearance (FCL) prior to contract award. Offerors must provide their current FCL, CAGE Code, Facility Security Officer (FSO) contact information, and a statement of compliance with DD254 and DoDM 5220.22 (NISPOM) security requirements in Volume 1 of their proposal. No classified material will be released during the solicitation phase, with access to classified systems only granted post-award under a finalized DD254. Subcontractors requiring classified access must be approved by the Government Contracting Activity (GCA). Failure to comply with these security instructions may render a proposal ineligible for award. The PWS has been updated to reflect security changes, indicated by brown text in Attachment 2.
    The provided document indicates that the proper contents of a PDF file could not be displayed. It suggests that the user's PDF viewer may not support the document type and recommends upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux. The document also provides links for downloading Adobe Reader and for seeking further assistance. Trademarks for Windows, Mac, and Linux are noted. This file does not contain information relevant to government RFPs, federal grants, or state/local RFPs, but rather appears to be a standard error message from a PDF viewer.
    This government file, likely an RFP or grant application, outlines a comprehensive project involving infrastructure upgrades and detailed technical specifications. The document appears to be structured into sections covering general project requirements, specific technical components, and administrative details, indicated by numerical and alphabetical listings and repetitive headers. Key areas include the installation and modification of various systems, emphasizing compliance with regulations, safety protocols, and quality standards. There are detailed references to mechanical, plumbing, and electrical systems, along with requirements for specific materials and equipment. The presence of numerous placeholders and repetitive formatting suggests a template-driven document awaiting specific project details or a draft in progress. Overall, it serves as a foundational document for a complex government-funded project requiring meticulous planning and execution across multiple disciplines.
    This Performance Work Statement (PWS) outlines mechanical building maintenance services for the McNamara Headquarters Complex (HQC) at Fort Belvoir, VA. The contract, structured as a combination of Firm Fixed Price (FFP) and Indefinite Delivery/Indefinite Quantity (IDIQ), covers a 12-month base period with four 12-month options, not exceeding 60 months. Services include routine maintenance, operation, repair, and minor alterations for HVAC, plumbing, fire alarm systems, and mechanical equipment across multiple facilities. The PWS emphasizes compliance with safety standards, building codes (e.g., ADA, ICC, NFPA), and industry best practices. It defines various terms like "Emergency Service Orders," "Minor Work," and "Preventive Maintenance," specifying that most maintenance and repairs are covered under the FFP portion. The contractor is responsible for providing all labor, supervision, materials, tools, and transportation to maintain the facilities to a high standard, given the complex's visibility to high-ranking officials.
    This Statement of Work outlines the requirements for installing new APC cooling units and associated chilled water and condensation drain piping in Room 0616 DTIC Tech Control at the DLA Headquarters building in Fort Belvoir, VA. The contractor will be responsible for providing all materials and labor, proper sizing of units, and integration with the existing Building Automation System. The scope includes installing 1-inch copper chilled water lines with isolation, bypass, and balancing valves, strainers, and gauges, along with 1 ½-inch main and ¾-inch branch copper condensation drain lines. The contractor must adhere to a strict work schedule, coordinate with DLA personnel, and comply with all federal and local safety, security, and environmental regulations, including obtaining burn permits and ensuring fire alarm system management. Deliverables include detailed specifications, drawings, as-built drawings, operational manuals, and warranty papers. All work is subject to government approval and inspection, with a minimum one-year warranty on parts and labor starting from the final acceptance date.
    The document outlines a floor layout export solution, likely for a data center or similar facility, detailing the arrangement of racks (R), cooling units (C), and power distribution units (P). It includes specific pipe sizing for fluid transfer: 2-inch nominal pipe size for main lines (up to 50 GPM, 2.0 PSI/100' P.D., 5.1 ft/sec velocity) or existing 1-inch nominal pipe size (up to 14 GPM, 5.5 PSI/100' P.D., 5.7 ft/sec velocity). Distribution branch lines for supply and return are consistently 1-inch nominal pipe size. Condensation main lines require 1 1/2-inch nominal pipe size, while condensation branch lines use 3/4-inch nominal pipe size. The document also contains a proprietary notice from American Power Conversion (APC), stating that the drawing and specifications are their property and cannot be copied or used for manufacturing without written permission, and are subject to change without notice. This suggests the document is an engineering or design specification for infrastructure, possibly related to an RFP for facility upgrades or new construction.
    This government file, "General Decision Number: VA20250116," outlines prevailing wage rates for highway construction projects in Fairfax, Fairfax*, and Falls Church* Counties, Virginia, effective October 3, 2025. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into on or after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed/extended). The document specifies wage rates and fringes for various classifications including Electricians, Laborers, Cement Masons, Carpenters, Ironworkers, and Operators of diverse equipment. It also addresses compliance with Executive Order 13706 regarding paid sick leave for federal contractors. Information on wage determination appeals, including contacts for initial decisions and review requests, is provided. The document serves as a crucial resource for contractors involved in covered highway construction projects in the specified Virginia counties, ensuring adherence to federal labor standards.
    The document SP4705-26-R-2032 outlines labor categories and estimated labor hours for alteration and repair services, categorized as noncommercial, across a base year and four option years. The tables detail various skilled trades, including Boilermakers, Electricians (HVAC/Temperature Controls), Skilled Laborers, Plumbers, Steamfitters/Refrigeration & Air Conditioning Mechanics, Pipefitters (HVAC Pipe Installation), Sprinkler Fitters (Fire Sprinklers), and Sheet Metal Workers (HVAC Duct Installation). For each labor category, 'Rates Fringes' are indicated, though specific monetary values are not provided. The estimated labor hours are consistent across all years, with Boilermakers, Electricians, Steamfitters, Pipefitters, and Sheet Metal Workers each allocated 500 hours, while Skilled Laborers, Plumbers, and Sprinkler Fitters are allocated 357.5 hours. This document serves as a foundational component for government RFPs, outlining the required labor resources and their estimated commitment for a multi-year alteration and repair project.
    The provided government file is an inventory of plant and equipment, primarily focusing on HVAC (Heating, Ventilation, and Air Conditioning) systems, plumbing fixtures, and food service equipment. The document lists numerous items such as gas meters, variable air volume boxes, circulation pumps, control valves, air handling units, variable frequency drives, various types of heaters, sprinkler control valves, drinking fountains, eyewash stations, refrigeration units, exhaust hoods, fire suppression systems, electric meters, chillers, and associated controls and motors. Each item is identified by a unique HQFB number and described by its equipment type and a specific identifier. The consistent "INST" status indicates that all listed equipment is installed. The purpose of this file appears to be a detailed record or inventory of installed mechanical, plumbing, and electrical infrastructure within a federal, state, or local government facility, likely used for asset management, maintenance planning, or as a reference for future RFPs related to upgrades or repairs.
    This DD Form 254 outlines the security classification specifications for Contract Number SP4705-26-R-2032, due November 11, 2025. It requires a Secret facility security clearance, but no safeguarding of classified information at the contractor facility. The prime contractor will provide mechanical maintenance services in accordance with industry standards and federal specifications. The contractor will have access to classified information in areas where it is visible or audible and will receive, store, and generate Controlled Unclassified Information (CUI). Public release of any information related to this contract must be approved by the Defense Logistics Agency/Aviation. The document specifies additional security requirements related to CUI and Operations Security (OPSEC), with the DLA DCSO as the Government Contracting Activity.
    The government file "Mechanical Equipment on PM Plan.XLSX" details an extensive inventory of mechanical equipment across various functional locations within two main buildings: BLDG 2420 - VISITOR CONTROL CENTER and D-0310-B02462. The equipment falls into three primary categories: HVAC, DIN01 (Dining/Kitchen equipment), and FSUPP (Fire Suppression) and PLUMB (Plumbing). The file lists individual equipment descriptions, functional locations, task list descriptions (indicating maintenance frequencies like 1M for monthly, 1Y for yearly), work centers, manufacturers, and model numbers. This document is crucial for maintenance planning, asset management, and ensuring operational readiness and safety across the facilities, especially concerning federal government RFPs, grants, and state/local RFPs where detailed equipment manifests and maintenance schedules are essential for compliance and project execution.
    This government solicitation (SP4705-26-R-2032) is a Request for Proposal (RFP) for Indefinite Delivery/Indefinite Quantity (IDIQ) services related to routine and ad hoc mechanical maintenance, fire protection systems, water treatment, and building automation systems for the DLA Headquarters Complex. The contract comprises a 12-month base period and four 12-month option periods, totaling five years. Key requirements include compliance with the Service Contract Act, a Collective Bargaining Agreement (CBA) for pricing, and SAM database registration. Proposals are due by October 17, 2025, with a site visit scheduled for October 28, 2025. This 100% Small Business Set-Aside procurement falls under NAICS code 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a $19 million size standard.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    DLA Ozone Depleting Substances (ODS) And Hydrofluorocarbons (HFC) Support Services
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for Ozone Depleting Substances (ODS) and Hydrofluorocarbons (HFC) Support Services, aimed at providing essential contractor support for its Reserve Program Office located in Richmond, Virginia. The procurement encompasses logistics, warehousing, leak monitoring, and IT functions, with a focus on managing ODS/HFC products and ensuring compliance with environmental regulations. This contract will be awarded as a firm-fixed-price agreement for a base year with four additional option years, emphasizing the importance of technical capabilities and past performance in the evaluation process. Proposals are due by December 18, 2025, with questions accepted until December 1, 2025; interested parties should contact Derek Willis at derek.willis@dla.mil for further information.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    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.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified contractors for a Firm-Fixed-Price contract focused on Operation & Maintenance (O&M) with incidental repair and minor construction services in support of the Defense Health Agency (DHA) and Medical Research and Development Command (MRDC) facilities. The contract will encompass extensive O&M services, including preventive and corrective maintenance, emergency response, and minor construction, specifically for medical research facilities that operate 24/7 across multiple locations, including Forest Glenn, Aberdeen, and Fort Detrick, MD, and Dover AFB, DE. Interested contractors must demonstrate expertise in medical facility operations, adhere to relevant standards, and manage complex systems effectively, with responses due by December 8, 2025, for market research purposes. For further inquiries, potential contractors can contact Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the secondary contact at ct-cproposals-medcom@usace.army.mil.
    Troop Appliance Maintenance and Repair (TAMR)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM) in Washington. This non-personal services contract requires the contractor to provide periodic maintenance and repair of appliances, installation, connection, disconnection, and cleaning of dryer ducts and vent systems for Unaccompanied Housing facilities. The contract, valued at up to $19 million, is set to run from November 1, 2025, to March 31, 2030, and is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside. Interested parties must submit their proposals electronically by December 12, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    REPLACE HVAC SYSTEMS, 22 BUILDINGS, 12900 BLOCK
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 22 buildings at Fort Stewart, Georgia, under solicitation W912JM26QA001. The project entails the removal of existing HVAC units and installation of new systems, including 5-ton condenser units and 80% efficiency natural gas furnaces, with a focus on compliance with industry standards and safety regulations. This procurement is crucial for maintaining operational efficiency and comfort in military facilities, with a total estimated budget of $19 million. Proposals are due by December 8, 2025, at 7:30 AM, and interested contractors should direct inquiries to Melvin F. Reid Jr. at melvin.f.reid2.civ@army.mil or Jim Shuman at james.e.shuman.civ@army.mil.
    Replace HVAC Systems, 21 Buildings, 13100 Block FSGA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of HVAC systems in 21 buildings at Fort Stewart, Georgia, under Solicitation Number W912JM26QA002. The project entails the removal and replacement of existing HVAC systems in 18 barrack buildings and 3 latrine buildings, with a focus on energy-efficient units and compliance with industry standards. This procurement is crucial for maintaining operational efficiency and comfort within military facilities, emphasizing the importance of modern HVAC systems. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Gregory Hoffman at gregory.d.hoffman2.civ@army.mil or Melvin F. Reid Jr at melvin.f.reid2.civ@army.mil, with an estimated contract value of $19 million and a performance period from January 5, 2026, to May 4, 2026.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project involves comprehensive roofing tasks, including installation, repair, sealing, and replacement of roofs on various buildings, ensuring they remain watertight and compliant with safety and industry standards. This procurement is crucial for maintaining the integrity of Army facilities and involves a projected budget between $10 million and $25 million over a five-year period, with potential extensions. Interested contractors should contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further details, and are advised to monitor Sam.gov for updates on the solicitation, which is expected to be released by November 2024.
    AMG Spares in Support of the Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals from qualified small businesses for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to procure spare parts in support of the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). The procurement includes fourteen specific National Stock Numbers (NSNs) for various components such as Rotary Pump Units, Antenna Positioners, and Mast Control units, with estimated annual quantities provided for each item. This acquisition is critical for maintaining operational readiness and support for military systems, with a guaranteed minimum contract value of $25,000 and a maximum value of $13,000,000 over a five-year base period. Interested parties must submit their proposals by December 19, 2025, and can contact Keaneesha A. Canady at keaneesha.a.canady@dla.mil or Kyle White at kyle.white@dla.mil for further information.
    Vehicles Parts
    Buyer not available
    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.
    SFC Leonard B. Francis (LBF) Readiness Center HVAC Maintenance
    Buyer not available
    The Department of Defense, through the Army National Guard, is soliciting proposals for HVAC maintenance services at the SFC Leonard B. Francis Readiness Center located in St. Thomas, U.S. Virgin Islands. The contract requires comprehensive maintenance of the HVAC systems, including routine, preventive, and corrective services, to ensure optimal operation and a healthy environment, with a focus on identifying deficiencies and providing recommendations for major repairs. This procurement is particularly important as the HVAC systems have not been maintained for the past year, and the contractor will be expected to complete the work within a 30-day period following the Notice to Proceed. Interested small businesses, particularly Women-Owned Small Businesses, must submit their technical and price proposals by December 16, 2025, with an estimated total award amount of $19,000,000. For further inquiries, contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868.