Troop Appliance Maintenance and Repair (TAMR)
ID: W911S825QA018Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICCFORT SAM HOUSTON, TX, 78234-5015, USA

NAICS

Appliance Repair and Maintenance (811412)

PSC

MAINTENANCE OF TROOP HOUSING FACILITIES (Z1FC)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting 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 installed appliances, as well as installation, connection, and disconnection services, including dryer duct and vent system maintenance for Unaccompanied Housing facilities. The contract, valued at up to $19 million, is set to run from November 1, 2025, to March 31, 2030, with a proposal submission deadline extended to December 12, 2025. Interested parties can contact Scott Byrd at scott.a.byrd.civ@army.mil or Jason McCormick at jason.d.mccormick4.civ@army.mil for further inquiries.

    Files
    Title
    Posted
    This government annex outlines services for Unaccompanied Furnishing Management Operation, specifically targeting Troop Appliance Maintenance & Repair (TAMR) and Dryer Duct Cleaning at Joint Base Lewis-McChord. The contractor will perform periodic maintenance, repairs, installations, and disconnections of appliances in Unaccompanied Housing (UH) programs. Key responsibilities include repairing appliances, delivering and picking up replacement units, and conducting annual cleaning of dryer ducts and vents. The document details procedures for service calls via the Army Maintenance Application (ArMA), appliance repair and replacement protocols, and reporting requirements, including weekly appliance and monthly activity reports. It also specifies cleaning schedules for different dryer vent systems and adherence to AR 420-1 regulations. The focus is on ensuring functional appliances and safe dryer systems within UH facilities.
    This government file, Annex 02, details facility maintenance services, specifically focusing on the cleaning and repair of rigid dryer duct systems in Unaccompanied Housing at JBLM. The contractor is responsible for developing and implementing a comprehensive program, providing all necessary tools, supplies, equipment, transportation, and labor. The document outlines two main types of dryer vent systems: individual wall-mounted and convergence roof-mounted, requiring annual and quarterly cleaning, respectively. The scope of work includes vacuuming pipes, exterior vents, ensuring tight connections, replacing hardware, and cleaning Heat Recovery Unit (HRU) coils. The contractor must coordinate scheduling with the COR and provide written notice to occupants. Other facility maintenance services listed in the table of contents are marked as "N/A," indicating they are not part of this specific annex's scope.
    This Performance Work Statement (PWS) outlines requirements for a non-personal services contract for Troop Appliance Maintenance & Repair (TAMR) and Dryer Duct Cleaning at Joint Base Lewis-McChord (JBLM), Washington. The contractor will provide periodic appliance maintenance and repair, installation, connection, and disconnection of appliances, and dryer duct and vent system maintenance and cleaning for Unaccompanied Housing (UH) facilities. The contract includes a one-year base period and four one-year option periods, starting April 1, 2025. Key aspects include a detailed transition plan, adherence to federal holidays, emergency service protocols, and strict quality control with a required Quality Control Plan (QCP). The contractor is responsible for all personnel, equipment, supplies, parts, and supervision, ensuring compliance with federal, state, and local laws, and environmental regulations. Special requirements cover security, iWATCH, AT Level I, OPSEC, and Cybersecurity Awareness training, as well as adherence to OSHA standards and environmental compliance for hazardous materials and spill prevention.
    This government solicitation, W911S825QA018, is a Women-Owned Small Business (WOSB) set-aside for "Troop Appliance Maintenance and Repair (TAMR) JBLM." It outlines a non-personal services contract for appliance maintenance, repair, installation, connection, and disconnection, as well as dryer duct and vent system maintenance and cleaning. These services are specifically for Unaccompanied Housing (UH) at Joint Base Lewis-McChord (JBLM), Washington. The contract spans from November 1, 2025, to March 31, 2030, and has an estimated total award amount of $19,000,000.00. The solicitation details various contract clauses, including FAR and DFARS regulations, and provides instructions for electronic invoicing via the Wide Area WorkFlow (WAWF) system.
    This government solicitation, W911S825QA0180001, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide appliance maintenance and repair services at Joint Base Lewis-McChord (JBLM), Washington. The contract, valued at up to $19,000,000.00, will run from November 1, 2025, to March 31, 2030, and includes appliance repairs, as well as cleaning of individual and convergence-type dryer ducts in troop barracks/dorms. The contractor will be responsible for providing all personnel, equipment, supplies, and parts. The solicitation details specific FAR and DFARS clauses, emphasizing electronic invoicing via Wide Area WorkFlow (WAWF) and outlining various compliance requirements, including those related to small business set-asides and prohibited technologies.
    Amendment 1 to solicitation W911S825QA018 modifies the original Request for Proposal by extending the proposal submission deadline to December 12, 2025, and adding two new DFARS clauses: 252.237-7023 and 252.237-7024, both concerning the "Continuation of Essential Contractor Services." It also provides an alternate site visit date on November 24, 2025. Offerors are required to acknowledge this amendment, submit new proposals if changes are made, and provide a plan for continuing essential services during crisis situations. The amendment details proposal preparation instructions, including forms, pricing, representations, certifications, and technical capability requirements, and specifies contact information for inquiries.
    This government file, "Technical Exhibit 1 - Performance Requirements Summary (PRS)," outlines the contractor's service requirements and performance thresholds for appliance maintenance, repair, and replacement, as well as duct cleaning and reporting. Key objectives include timely delivery and installation of replacement appliances (within five business days), accessing and updating ArMA cases (within two business days), completing initial assessments for urgent ArMA cases (within three business days), and repairing urgent (within 10 work days) and routine (within 30 calendar days) cases. The document also specifies annual cleaning of individual dryer duct systems and quarterly cleaning of convergent dryer duct systems. A maximum allowable deviation of 5% is set for most tasks, with 100% inspection and a $100 deduction per defect above the Acceptable Quality Level (AQL).
    This document, "Technical Exhibit 2 – Deliverables Schedule," outlines a comprehensive list of deliverables, their frequencies, formats, and submission recipients for a government contract. It details various reports and plans required from the contractor, covering phases from contract award through ongoing performance. Key deliverables include a Transition Plan, Accident Reports (emergency medical treatment and investigation), a Quality Control Plan, Program Manager and key personnel qualifications, employee lists, and various training certifications (iWatch, AT, OPSEC, Cybersecurity). The schedule also mandates safety-related submissions such as a Safety Plan, Certificates and Licenses, Green Procurement reports, Safety Data Sheets, an Environmental Plan, hazardous materials lists and inventories, and spill notifications and plans. Operational deliverables like Work Order forms, Weekly Appliance Reports, Monthly Activity Reports, and an Annual Dryer and Vent System Cleaning Schedule are also specified. The document emphasizes timely electronic submissions to designated government personnel like the Contracting Officer (KO), Contracting Officer’s Representative (COR), and other relevant offices, ensuring compliance and effective contract management.
    Technical Exhibit 3 outlines buildings at Joint Base Lewis-McChord (JBLM) requiring TAMR (presumably Technical Assistance, Maintenance, and Repair) services. The document provides a comprehensive list of building numbers categorized by their location within JBLM: Lewis Main, Lewis North, and McChord Field. This detailed inventory serves as a critical reference for federal government RFPs, grants, or state and local RFPs related to facility maintenance and infrastructure projects at JBLM, ensuring that all relevant structures are accounted for in service contracts or funding applications. The organized presentation of building numbers by specific base areas facilitates efficient planning and resource allocation for necessary services.
    The document, titled "TECHNICAL EXHIBIT 4 Historical Properties," appears to be a fragment of a larger government file, likely related to federal government RFPs, federal grants, or state/local RFPs. The exhibit specifically references "Historical Properties" and includes a table format with a "BLDG" column and years "2020" and "2021." While the content is minimal, the structure suggests it is intended to track or provide data related to historical buildings over specific years. This exhibit is likely a data-gathering or reporting component within a proposal or grant application process, requiring detailed information on historical properties relevant to the project.
    Technical Exhibit 5 outlines the estimated annual workload data for a government contract, likely within the context of federal or state RFPs. The data details various service requirements, including 2060 initial assessments based on ArMA cases, split into 1700 urgent and 360 routine priorities. Additionally, the workload includes 398 appliances approved for replacement instead of repair, 172 installs, and a significant number of dryer duct cleanings: 2150 individual and 444 convergence cleanings. This exhibit provides a clear quantitative overview of the expected tasks, essential for potential contractors to understand the scope and scale of the services required.
    This technical exhibit provides an estimated count of appliances at Joint Base Lewis-McChord, WA, as of August 25, 2024. The document details the quantities of various appliances, including 199 dishwashers, 1245 single dryers, 168 stacked dryer/dryers, 3093 range ovens, 1395 single washers, 1807 washer/dryer combos (stacked), 40 industrial clothes washers, 5023 refrigerators, 60 gas dryer/dryers, and 1629 over-the-stove microwaves. The total estimated count of all appliances is 14,659. This information is likely intended for a government Request for Proposal (RFP) related to appliance maintenance, replacement, or procurement within the base.
    This technical exhibit provides historical data on dryer duct facility locations at Joint Base Lewis-McChord (JBLM), WA, current as of August 25, 2024. The document details the total dryer duct count across JBLM Main, JBLM North, and JBLM McChord Field, totaling 111 convergence systems and 2,150 individual systems, for a grand total of 2,261 ducts. It also lists specific building numbers and corresponding dryer duct counts for JBLM-Lewis Main, JBLM-Lewis North, and JBLM-Lewis McChord Field. Notes highlight challenges associated with cleaning these systems, including limited workspace and the requirement for attic access in certain areas. This data is crucial for planning maintenance, upgrades, or services related to dryer duct and vent systems within these facilities.
    The document "IMNW-LEW-PWE Procedures for Hazardous Material Inventory" outlines a standardized form (HJB FORM 953, SEP 2010) and procedures for tracking hazardous materials. This form, due quarterly to Public Works-ENRD, Pollution Prevention-HM Section, requires detailed information such as MSDS, item name, NSN, manufacturer, unit of measure, and quarterly balances (begin, received, used, turn-in, end balance) for up to 18 items. It also includes fields for organizational details like office symbol, building number, room number, unit/organization, and contact information. The form is crucial for maintaining an accurate inventory of hazardous materials, ensuring compliance with environmental and safety regulations, and supporting effective pollution prevention efforts within a government entity.
    Technical Exhibit 9 outlines the criteria for deciding whether to repair or replace appliances, a common consideration in government facility management or housing programs. The document provides a structured chart for evaluating appliances based on type, make, model, serial number, and location. A key component is the "Replacement Threshold," calculated as 75% of the appliance's initial cost. Contractors are instructed to repair an appliance only if the estimated cost of parts for repair is less than this threshold. The exhibit lists replacement costs for various common appliances, such as dishwashers, dryers, refrigerators, and washers, and includes specific fields for recording repair costs, appliance age, and approval signatures. This exhibit serves as a guide to ensure cost-effective and standardized decision-making for appliance maintenance and replacement within government-funded projects or properties.
    This government file, Wage Determination No. 2015-5539 Revision No. 29, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contracts in Pierce County, Washington, subject to the Service Contract Act. It details different minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts awarded before or after January 30, 2022. The document specifies paid sick leave provisions under Executive Order 13706, health and welfare benefits, vacation accrual, and eleven paid holidays. It also provides a comprehensive list of occupation-specific wage rates for various fields, including administrative, automotive, health, and technical roles. Special conditions are noted for computer employees, air traffic controllers, and weather observers, along with guidelines for hazardous pay differentials, uniform allowances, and the conformance process for unlisted occupations using Standard Form 1444.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J045--DC VAMC TAB DEFICIENCY REPORT AND REPAIRS
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the DC VAMC TAB Deficiency Report and Repairs project, aimed at investigating and addressing deficiencies in the HVAC and mechanical systems at the Washington DC VA Medical Center. The procurement involves a two-stage process where contractors will first document deficiencies identified in a Testing, Adjusting, and Balancing (TAB) report and then provide a scope of corrections along with cost estimates, ensuring compliance with safety regulations. This project is critical for maintaining patient safety and operational efficiency within the facility. Responses to the Sources Sought Notice, solicitation number 36C24526Q0149, are due by December 8, 2025, at 10:00 AM Eastern Time, and interested parties should contact Contracting Officer John Ritter at JOHN.RITTER2@VA.GOV or by phone at 843-814-0299 for further information.
    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.
    DISHWASHER MACHINE LEASE AND MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals from Women-Owned Small Businesses (WOSB) for a firm, fixed-price lease agreement for a dishwashing machine, along with maintenance services, at the Naval Station Everett Galley. The contract will cover a base year from January 2026 to January 2027, with four additional 12-month option years extending through January 2031, and includes requirements for monthly preventive maintenance, 24-hour on-call service with a 2-hour response time, and on-site training. This procurement is critical for maintaining operational efficiency in food service operations, ensuring that the galley can meet its sanitation and service standards. Interested contractors should contact Jennifer Boyle at jennifer.l.boyle16.civ@us.navy.mil for further details, and must adhere to various security requirements and invoicing protocols as outlined in the solicitation posted on November 26, 2025.
    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.
    USARC J&A Redacted
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for maintenance and repair services related to equipment, as outlined in the redacted Justification and Approval (J&A) document for the USARC program. The procurement focuses on the maintenance and repair of shop equipment, which is critical for ensuring operational readiness and efficiency within military operations. The place of performance for this contract is Newport News, Virginia, and interested parties can reach out to Erin Roos, the Contract Specialist, at erin.c.roos.civ@army.mil or Angel Quander at angel.y.quander.civ@army.mil for further details. The specific funding amount and key deadlines have not been disclosed in the provided information.
    Joint Base Lewis-McChord Commercial Recycling Service
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Joint Base Lewis-McChord (JBLM), is preparing to solicit proposals for commercial recycling services. The contract will encompass the collection, transportation, and management of recyclable materials across various locations within JBLM, including the main base, North, McChord Field, and the Yakima Training Center. This indefinite delivery, indefinite quantity contract is crucial for maintaining environmental sustainability and efficient waste management practices at the installation. The anticipated solicitation release date is around July 11, 2025, with proposals due by 8:00 a.m. Pacific Standard Time on August 11, 2025. Interested contractors must be registered in the System for Award Management (SAM) under NAICS code 562111 and can find further details and updates on the SAM website.
    Abrams Integrated Logistics Services (AILS) Solicitation
    Buyer not available
    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.
    Multi Equipment Maintenance Services for 403rd
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Multi Equipment Maintenance Services for the 403rd. This procurement aims to ensure the effective maintenance and operational readiness of various equipment, which is crucial for supporting military operations. An amendment has been issued to revise the site visit orientation time, indicating the importance of on-site assessments in the bidding process. Interested parties can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or call 011-82-0503-355-0636 for further details regarding this opportunity.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    J&A Siemens Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a sole-source contract with Siemens Industry Inc. for the maintenance of HVAC systems at Camp Murray, Washington. This procurement is necessitated by the unique requirements of the Desigo CC system already installed at the facility, as Siemens is the only authorized provider of certified technicians and parts for this specialized equipment. The estimated value of the contract is $40,150, and it is classified as a Firm Fixed Price modification, with the justification for limited competition having been reviewed and approved by the contracting officer. Interested parties can reach out to the 194th Contracting Office via email at 194.WG.FAL.MSC.Contracting@us.af.mil for further inquiries.