Fitness Equipment Maintenance for Travis AFB, CA
ID: FA442726Q1002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Other Personal and Household Goods Repair and Maintenance (811490)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- RECREATIONAL AND ATHLETIC EQUIPMENT (J078)

Set Aside

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

    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, CA, is seeking qualified small businesses to provide maintenance services for fitness equipment at its Fitness & Sports Center. The procurement includes comprehensive preventive maintenance for strength and cardio equipment, requiring certified personnel to perform inspections, parts replacement, and cleaning to ensure safe operation. This contract, which spans one base year with four option years, emphasizes adherence to manufacturer recommendations and includes specific requirements for emergency response and documentation of services. Interested contractors must submit their proposals by June 3, 2025, with a site visit scheduled for May 21, 2025. For inquiries, contact Clark Teninty at clark.teninty.1@us.af.mil or 707-424-7737.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for verifying contractor responsibility in accordance with FAR 9.103 and 9.104-1. It emphasizes the need for contracting officers to ensure that purchases and contract awards are made only to responsible contractors, requiring an affirmative determination of responsibility. Key criteria for determining responsibility include financial capability, adherence to delivery schedules, satisfactory performance records, integrity and ethical conduct, suitable organizational structure, and adequate technical resources. Contractors must provide supporting documentation and affirmative confirmations across these criteria. The emphasis on responsibility underscores that lowest price bids are not sufficient if they lead to additional costs due to poor performance. The document serves as a guide for contractors to demonstrate their qualifications for federal contracts, aligning with government procurement standards. Overall, it enforces rigorous accountability and assurance of contractor competency, essential in the context of federal, state, and local government RFPs and grants.
    The document serves as a Past Performance List of References for vendors responding to government Requests for Proposals (RFPs) and grants. It requires vendors to detail their contracting history, specifying contract numbers, descriptions of work performed, performance periods, contracting agencies, and points of contact. Each entry demands information about the contract values, both total and annual, and whether the vendor acted as a subcontractor, affiliate, or in a joint venture, along with the percentage of work completed in such capacities. The structured format enables easy comparison and assessment of a vendor's previous experience and reliability, helping government agencies make informed decisions on potential contracts. Overall, this document highlights the importance of past performance in the evaluation process for government procurement opportunities.
    The 60th Contracting Squadron at Travis Air Force Base, CA, is soliciting offers for Fitness Equipment Maintenance services. The squadron seeks input on past performance from recent clients of potential contractors via a Past Performance Questionnaire (PPQ). Respondents are requested to provide their contact details, as well as specific information regarding contracts completed or ongoing with the contractor in question, including contract values, periods, and performance ratings on a scale of 1 to 5. The questionnaire assesses various performance criteria, including quality of service, delivery timeliness, service management, communication, and adherence to contract terms. The completed PPQs are due by June 4, 2025, and can be submitted via email. This process is vital for evaluating contractors and will form part of the official source selection records, ensuring contractors meet required performance standards for government contracts.
    The statement of work outlines the requirements for preventive maintenance services for strength and cardio equipment at Travis Air Force Base's fitness facilities. The contractor is responsible for comprehensive services, including inspections, parts replacement, and cleaning to ensure the equipment's safe operation. Certified personnel must perform the maintenance, who are trained by recognized agencies like Life Fitness or Precor and authorized resellers of parts. The contractor must provide all necessary labor, materials, and parts, with costs for repairs up to $500 covered without prior approval. Regular maintenance visits are mandated twice weekly, with emergency response required within 24 hours for significant equipment failures. Special exclusions apply for damages resulting from misuse or Acts of God. Upholstery services must be completed quickly, and all work must be documented in a maintenance log. The contract spans one base year and four option years, starting from October 2025, emphasizing adherence to manufacturer recommendations for equipment care. Overall, this document serves to ensure the equipment's operational integrity while detailing the contractor’s obligations and compliance criteria within a federal context.
    The document outlines an inventory of fitness equipment used by federal facilities, detailing the types, manufacturers, asset numbers, serial numbers, years of service, and financial values of the equipment. The comprehensive list includes various cardio machines, strength training equipment, and other fitness-related assets, highlighting those that require replacement by the end of 2025. The total estimated value of the inventory amounts to $361,925.76, inclusive of all items recorded. It serves as a resource for potential government grants and RFPs relevant to upgrading fitness facilities, showcasing the need for maintenance and enhancement of health and fitness resources. By providing a structured overview of existing assets and their condition, the document aims to support future procurement decisions and funding applications directed towards improving fitness infrastructure. This strategic assessment indicates the government’s commitment to ensuring effective health and fitness services for personnel.
    The document outlines wage determinations for contractors under the Service Contract Act (SCA), specifically focusing on federal contracts applicable in Solano County, California. The wage determination number is 2015-5655, revised as number 22 on December 23, 2024. It specifies minimum wage rates set by Executive Orders 14026 and 13658, mandating at least $17.75 per hour for contracts initiated or extended post-January 30, 2022, or at least $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, provided they are not extended. The document includes a comprehensive list of occupations with associated wage rates and fringe benefits, emphasizing health and welfare payments and vacation entitlements. It notes special provisions under Executive Order 13706 regarding paid sick leave for federal contractors, as well as additional classifications and wage rates for unlisted jobs. The purpose of the document is to ensure compliance with federal labor standards by providing clear wage expectations for contractors working on federal contracts, thus safeguarding worker rights and promoting fair compensation. It is crucial for entities engaging in federal RFPs and grants to ensure adherence to the prescribed wage and benefit standards.
    The TAFB Security Requirements document outlines stringent access protocols for contractors at Travis Air Force Base (TAFB). It mandates identity proofing and background vetting processes, including checks through the National Crime Information Center and other relevant databases. Contractors must ensure compliance with the REAL ID Act for identification, and there are specified forms of acceptable identification. All contractors are subject to repeated vetting upon issuance of access passes, with disqualifying factors clearly defined, such as any terrorism links or criminal history, ensuring a robust security framework. The primary contractor is tasked with monitoring compliance among their subcontractors and managing base entry requirements effectively. Additional procedures include adherence to specific Force Protection Conditions (FPCONs), required escorting in restricted areas, and participation in security training for personnel on long-term contracts. This document serves to protect TAFB’s operational integrity and safety, highlighting the federal government's commitment to enforcing rigorous security measures on military installations, relevant to existing federal grants or contracts.
    The 60th Contracting Squadron at Travis Air Force Base is soliciting quotes for a Firm Fixed Price contract for Fitness Equipment Maintenance (RFQ FA442726Q1002). The RFQ is aimed explicitly at small businesses, with a response date of June 3, 2025, and a site visit scheduled for May 21, 2025. The contractor is expected to provide maintenance services for fitness equipment over a base year and up to four option years, totaling up to five years of service. Offerors must submit various documentation, including a Vendor Information and Pricing section, a technical capability statement, and past performance references. Evaluation criteria will consider pricing, past performance, and technical capability to determine the best value for the government. The RFQ emphasizes compliance with various FAR clauses and requires all vendors to be registered in the System for Award Management (SAM) to qualify for submission. The document provides specific contact information for inquiries and outlines security requirements for the site visit. This solicitation reflects a structured approach to government procurement, adhering to regulations while promoting small business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    PKB Schedule Anywhere
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure services under the title "PKB Schedule Anywhere" through a justification notice. The procurement is categorized under professional support services, with a focus on requirements outlined in the attached single source justification document. This opportunity is significant for ensuring the operational efficiency and support of activities at Travis Air Force Base in California. Interested vendors can reach out to Ronald W. Aquino at ronaldwendell.aquino@us.af.mil or call 707-424-7752 for further details, or contact Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for additional inquiries.
    Group Exercise Instructor
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified group exercise instructors to provide fitness classes at the Spangdahlem Fitness Center in Germany. The contract requires instructors to conduct a variety of classes, including aerobics, indoor cycling, and strength training, aimed at enhancing the fitness, strength, and flexibility of participants. This opportunity is crucial for maintaining the physical well-being of military personnel and their families stationed overseas. Interested parties must submit their quotes by January 5, 2026, and can direct inquiries to Rayden Gay at rayden.gay@us.af.mil or Angie Pequeno at angelica.pequeno.1@us.af.mil.
    Cellular Enhancement System Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Cellular Enhancement System Services through a sole source justification. This procurement is aimed at maintaining, repairing, and rebuilding medical, dental, and veterinary equipment and supplies, which are critical for operational readiness and support at Travis Air Force Base in California. The justification for this sole source procurement indicates that the services are essential and available only from a specific provider, underscoring the importance of these services to the Air Force's mission. Interested parties can reach out to Ronald W. Aquino at ronaldwendell.aquino@us.af.mil or by phone at 707-424-7752, or contact Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further information.
    30 FSS Sports Officials
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Sports Officials and Scorekeeping services at Vandenberg Space Force Base in California. The procurement aims to provide officiating and scorekeeping for various adult intramural, varsity, and youth sporting events, ensuring that all officials are certified and adhere to game rules and base-specific bylaws. This contract is crucial for maintaining organized and professional sporting activities at the base, enhancing community engagement and morale among service members and their families. Interested small businesses must submit their quotations by August 19, 2025, with an anticipated award date of October 1, 2025, and can direct inquiries to Vince Mills or Kristofer Clark via email.
    D-21 Alarm System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract for the D-21 Alarm System upgrade and training at Travis Air Force Base (AFB) in California. This procurement is aimed at enhancing the alarm, signal, and security detection systems, with Monaco Enterprises identified as the sole source for this upgrade. The successful implementation of this system is crucial for maintaining security and operational readiness at the base. For further inquiries, interested parties can contact Jordan David Burrus at jordan.burrus@us.af.mil or William Rife at william.rife.1@us.af.mil, with phone numbers 707-424-7725 and 707-424-7753, respectively.
    Live Fire Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors to provide live fire service inspections and maintenance for Structural Fire Training Facilities (SFTF) and Aircraft Fire Training Facilities (AFTF) at Joint Base San Antonio (JBSA). The procurement requires contractors to conduct annual and semi-annual inspections, ensure compliance with relevant safety standards, and perform general maintenance and repairs, including environmental compliance and safety measures. This opportunity is crucial for maintaining the operational readiness and safety of fire training facilities, which are essential for training personnel in emergency response. Interested small businesses must submit their responses by December 22, 2025, at 3:00 PM Central Time, and can direct inquiries to Laura Herring at laura.herring.2@us.af.mil or Brent Paul at brent.paul.1@us.af.mil.
    Centrifuge and Packing Press repair and maintenance service
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the repair and maintenance services of the T-38C ejection seat system's Centrifuge Test Set and Parachute Packing Press. This contract aims to ensure the operational readiness of critical equipment across six Air Education and Training Command stations, requiring on-site repairs, scheduled maintenance, and the provision of necessary repair parts. The contract will be executed as a Firm-Fixed Price and Cost Reimbursement-No Fee Indefinite Delivery Contract, with a base period of one year and four additional one-year options, emphasizing the importance of maintaining aircrew safety and training capabilities. Interested parties must submit their proposals by December 31, 2025, and direct inquiries to Mrs. Alexis Davis at alexis.davis.13@us.af.mil or Ms. Shemica Miller at shemica.miller@us.af.mil.
    Troop Appliance Maintenance and Repair (TAMR)
    Dept Of Defense
    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), Washington. This procurement involves providing non-personal services for the maintenance, repair, installation, and disconnection of appliances, as well as dryer duct and vent system cleaning for Unaccompanied Housing facilities. The contract, valued at approximately $19 million, will span from November 1, 2025, to March 31, 2030, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    Vehicle Scale Calibration Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide Vehicle Scale Calibration Services at Beale Air Force Base, California. The procurement involves annual calibration, inspection, testing, and maintenance of six government-owned scales used for verifying vehicle and cargo weights, ensuring compliance with Department of Transportation and MIL-AIR weight limitations. This contract is crucial for maintaining operational efficiency and safety standards, with a total small business set-aside and a potential contract value not exceeding $5,000 per year for "Over and Above" repairs. Interested parties must submit their quotes by January 6, 2026, and are encouraged to attend a site visit on December 22, 2025, with prior access arrangements required by December 17, 2025. For further inquiries, contact Lamar Mullins at lamar.mullins@us.af.mil or Katherine Moe at katherine.moe@us.af.mil.