JCB Grove Volvo Heavy Equipment Repair Services BPA
ID: FA441725Q0324Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4417 1 SOCONSHURLBURT FIELD, FL, 32544-5810, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- CONSTRUCTION/MINING/EXCAVATING/HIGHWAY MAINTENANCE EQUIPMENT (J038)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the 1st Special Operations Contracting Squadron, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair services, focusing on JCB, Grove, and Volvo machinery at Hurlburt Field, Florida. The BPA will allow for maintenance and repair services with a maximum limit of $500,000, and individual call orders capped at $25,000, ensuring that authorized personnel can request services efficiently. This procurement is crucial for maintaining operational readiness and ensuring the functionality of essential heavy equipment used by the 823d RED HORSE Squadron. Interested contractors must submit their quotes by October 27, 2025, and direct any questions to Capt Rowan Thom or Alyssa Garred by October 13, 2025, to ensure compliance with the solicitation requirements.

    Files
    Title
    Posted
    This Statement of Work outlines requirements for vehicle maintenance services for the 823d RED HORSE Squadron (823 RHS). The contractor must provide all management, tools, equipment, supplies, and labor for services exceeding $2,500 but not exceeding $25,000, as per an authorized caller and approved price list. Services include diagnosing, troubleshooting, and repairing vehicles, with all work performed at the contractor's facility according to manufacturer specifications and regulations. The contractor must provide written quotes detailing hours, parts, and estimated completion dates before commencing repairs. The government will handle vehicle transportation within an 80-mile radius of Hurlburt Field, FL. Deliverables include repair documentation, warranties, and routine maintenance schedules. The contractor is responsible for government-furnished property and adherence to strict security protocols for base access and vehicle operation.
    This Statement of Work outlines the requirements for Vehicle Maintenance Services for the 823d RED HORSE Squadron (823 RHS). The contractor must provide all management, tools, equipment, supplies, and labor for vehicle maintenance, including diagnosis, troubleshooting, and repairs, adhering to manufacturer specifications and all pertinent OSHA, local, state, and federal regulations. Service requests up to $25,000 can be authorized by listed callers, while those exceeding this amount require a warranted contracting officer. Government Purchase Card (GPC) purchases are limited to $25,000 per single payment, with a total Blanket Purchase Agreement (BPA) limit of $500,000. The contractor must provide written quotes, including hours, parts, and estimated completion dates, and is responsible for installing approved, non-salvaged parts. The government will handle vehicle transportation within 80 miles of Hurlburt Field, FL. Deliverables include documentation of repairs, warranties, and routine maintenance schedules. The contractor is responsible for government-furnished property, ensuring physical security, and obtaining necessary base access and identification for personnel, complying with all base regulations.
    The document is a detailed inventory of various government assets, primarily heavy machinery, vehicles, and trailers, identified by Asset ID, Item Description, Manufacturer Name, Manufacturer Model Number, and Serial Number. The inventory includes a wide range of equipment such as loaders (JCB, New Holland, Caterpillar, Melroe), trucks (dump, cargo, tank, maintenance, lift, tractor, van), excavators (Volvo, Bobcat, Melroe, Caterpillar), rollers (Caterpillar, Volvo), graders (John Deere, Arrow Master, Volvo, Caterpillar), sweepers (New Holland), tractors (John Deere, Caterpillar), paving machines (Volvo, Caterpillar), drilling machines (International), mixers (Elkin, West-Mark), and various types of trailers (cargo, flat bed, low bed, tank, bolster, chassis). Manufacturers include JCB, New Holland, John Deere, International, Freightliner, Volvo, Ditch Witch, Caterpillar, Pribbs Steel, Silver Eagle, Hyster, Talbert, Kalyn-Siebert, Elgin, Stewart and Stevenson, Arrow Master, Terex Loadking, Butler, Grove, Bobcat, Kenworth, Pitts, AM General, West-Mark, Mack, Ram, Melroe, Altec, Bush Hog, Globe Trailer, and Schutt. The document appears to be part of a larger asset management or procurement record, likely for government operations requiring a diverse fleet of specialized equipment.
    This Blanket Purchase Agreement (BPA) outlines terms and conditions for vehicle and equipment maintenance services for the 823 Red Horse Squadron (823 RHS) on Hurlburt Field, FL, from October 31, 2025, to October 30, 2030. The agreement establishes a Master Dollar purchase limitation of $500,000, with individual calls not exceeding $25,000. The government is obligated only for actual calls placed by authorized personnel. The contractor must provide quotes including call details, estimated hours, parts lists, and, for parts over $3,000, three comparative quotes. Invoices will be submitted to the 823 RHS for payment via Government Purchase Card (GPC).
    This government information sheet and solicitation outlines a requirement for the repair and maintenance of Volvo, Grove, and JCB machinery. It serves as a combined synopsis and solicitation, requesting firms to provide details on their agreement to establish a Blanket Purchase Agreement (BPA), small business status, contact information for price lists, and prompt payment discounts. The document includes a bid schedule with line items for diagnosis/test/tear down & quote, maintenance & repair service, and repair parts. Firms are required to provide their CAGE Code, DUNS Number, and TAX ID Number, along with a signature and date. The overarching purpose is to secure services for machinery repair and maintenance in accordance with an attached Statement of Work.
    This document is a combined synopsis and solicitation for the repair and maintenance of Caterpillar Heavy Equipment. It outlines an information sheet for firms to complete, indicating agreement to a Blanket Purchase Agreement (BPA), small business status, contact information for pricing, and prompt payment discounts. The solicitation details a contract line item number (CLIN) schedule for services including diagnosis, maintenance, repair, and parts. Firms must provide their CAGE Code, Unique Entity ID, and Tax ID Number. The purpose is to establish a contract for essential equipment services in accordance with an attached Statement of Work.
    This Wage Determination (No. 2015-4531, Revision No.: 31, dated 07/08/2025) outlines minimum wage rates and fringe benefits for service contracts in Okaloosa County, Florida, under the Service Contract Act. It specifies hourly rates based on Executive Orders 14026 ($17.75/hour) or 13658 ($13.30/hour), depending on contract award or renewal dates, with annual adjustments. The document details health and welfare benefits ($5.55/hour, or $5.09/hour for EO 13706 contracts), vacation leave (2 weeks after 1 year, up to 4 weeks after 11 years), and eleven paid holidays. It also includes specific guidelines for computer employees, night and Sunday pay for air traffic controllers and weather observers, hazardous duty differentials (4% or 8%), and uniform allowances. A conformance process (SF-1444) is provided for unlisted occupations, ensuring fair compensation. The document aims to standardize wages and benefits for federal service contractors.
    This document addresses key questions regarding Solicitation #FA441725Q0324, likely a Request for Proposal (RFP) for vehicle repair services. It clarifies that the 80-mile radius for vehicle transport to the contractor's facility from Hurlburt Field, FL, is a firm requirement due to logistical and cost-efficiency considerations. The solicitation's Statement of Work has been amended to allow authorized callers to approve repairs up to $25,000, with warranted contracting officers handling anything above that threshold. Finally, the expected response time for service calls is between 48 and 72 hours, emphasizing flexibility and direct communication between the end-user and service provider to synchronize schedules.
    The 1st Special Operations Contracting Squadron is seeking multiple contractors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services at Hurlburt Field, FL. This Request for Quotation (RFQ) (FA441725Q0324) covers JCB, Grove, and Volvo equipment, with a maximum BPA limit of $500,000 and individual call orders capped at $25,000. Services, including diagnostics and labor, will be performed at the contractor's location from an estimated award date of October 31, 2025, through October 30, 2030. The acquisition is unrestricted, utilizing NAICS code 811310. Quotes will be evaluated based on best value, considering price, past performance, and proximity to Hurlburt Field. Key dates include a questions due date of October 13, 2025, and a solicitation response date of October 27, 2025. Offerors must be registered in SAM and comply with various FAR and DFARS clauses, including those related to representations and certifications.
    The 1st Special Operations Contracting Squadron/PKA is seeking a single-award Blanket Purchase Agreement (BPA) for JCB Grove Volvo Heavy Equipment Repair Services at Hurlburt Field, FL. The BPA has a maximum limit of $500,000.00 and an individual call limit of $25,000.00. The services include maintenance and repair for machinery listed in Attachment 2 – GFP Equipment List. The contractor will provide all necessary management, tools, equipment, supplies, and labor, with work to be performed at the contractor’s location. The period of performance is from October 31, 2025, to October 30, 2030. This is a combined synopsis/solicitation (FA441725Q0324) issued as an RFQ under NAICS code 811310 with a $12.5M size standard. Evaluation will be based on best value, considering price, past performance, and distance from Hurlburt Field. Quotes are due by October 27, 2025, at 2:00 PM CDT, and questions are due by October 13, 2025, at 11:59 PM CDT. Contractors must be registered in SAM.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Machine Repair
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking qualified small businesses to establish Blanket Purchase Agreements (BPAs) for machine repair services. This procurement aims to support various programs related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, which are critical for naval operations. Interested vendors are invited to submit their capabilities statements and relevant documentation, including their Cage Code and Unique Entity Identifier, by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    BPA Hydraulic Lifting Equipment
    Buyer not available
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM), is seeking information from vendors regarding the maintenance and certification of hydraulic lifting equipment at Building 66, located in Natick, MA. The procurement aims to secure inspections, certifications, repair services, and preventive maintenance for various hydraulic equipment, including forklifts, hoists, and lifting devices. This initiative is crucial for ensuring the operational readiness and safety of equipment used by the Army. Interested vendors must submit their responses, including company details and capabilities, by 1:00 PM EST on January 8, 2026, to the primary contact, Michael Dion, at michael.a.dion11.civ@army.mil, with a copy to Brandon Rivett at brandon.j.rivett.civ@army.mil.
    Vehicle Management Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for Vehicle Management Services at Hurlburt Field AFB, Florida. The procurement aims to provide comprehensive management, maintenance, and accountability for the base's vehicle fleet, including government-owned and GSA-leased vehicles, with services encompassing scheduled and unscheduled maintenance, inspections, and specialized mechanics for various vehicle types. This initiative is crucial for ensuring efficient operations of the vehicle fleet, which supports the logistics readiness of the 1st Special Operations Logistics Readiness Squadron. Interested parties can direct inquiries to SSgt Osvaldo Alvarado at osvaldo.alvarado@us.af.mil or TSgt Justin Carroll at justin.carroll.4@us.af.mil, noting that this is a Sources Sought notice for information and planning purposes only, and does not constitute a commitment by the Government.
    3 SNOWPLOWS WITH FLEXIBLE BLADES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of three snowplows equipped with segmented flexible blades, under solicitation number FA660626Q0002. The requirement includes two 10-12ft plows designed for Volvo L50 and JCB 416 HT, and one 18ft plow for Volvo 110, all aimed at enhancing snow removal efficiency while minimizing surface damage. These snowplows are critical for maintaining operational readiness in harsh winter conditions, ensuring effective snow clearance and equipment protection. Interested vendors must submit their quotes by 12:00 PM EST on January 9, 2026, to the designated contacts, Rosalie M. Connelly and Kyle Kalagher, via email, and must include detailed warranty information and compliance certifications as outlined in the solicitation documents.
    Master Blanket Purchase Agreement (BPA) for Vehicle Rental in Country of Honduras
    Buyer not available
    The Department of Defense, through the 410th Contracting Support Brigade, is seeking qualified contractors to establish a Master Blanket Purchase Agreement (BPA) for the rental of commercial vehicles in Honduras. This procurement involves providing non-tactical vehicles, with or without drivers, along with all necessary personnel, equipment, and services to support Joint Task Force-Bravo at Soto Cano Air Base. The BPA will be a firm-fixed-price contract for a duration of five years, with a maximum ceiling value of $5,000,000, and requires compliance with both U.S. and Honduran regulations, including specific vehicle and driver qualifications. Interested parties should contact SSG Yanto Doko Sansima at yanto.d.dokosansima.mil@army.mil or Yesica M. Valladares at yesica.m.valladares.ln@mail.mil for further details and to ensure eligibility, as registration with the System for Award Management (SAM) is mandatory.
    Maintenance and Repair Specialized Equipment
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for maintenance and repair of specialized equipment related to aircraft operations. This procurement aims to streamline the acquisition of commercial items necessary for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The selected vendors will be required to submit capabilities statements and comply with federal regulations, with the BPA allowing for flexible, as-needed orders without a formal Request for Proposal. Interested vendors must submit their documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    Maintenance and Repair
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for maintenance and repair services related to electronic and precision equipment. This procurement aims to streamline the acquisition of supplies and services necessary for supporting various Naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements and relevant documentation by March 11, 2026, to be considered for inclusion in the BPA program, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    Repair/Replace Overhead Cranes on Fort Drum
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Repair of Overhead Crane Hoists at Fort Drum, NY. The cranes range in size from half ton to 35 ton and there are approximately 395 cranes on Fort Drum. The Contractor must be able to submit invoices in Wide Area Workflow (WAWF). BPAs will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 811310. The registrations can be done through System for Award Management (SAM) for free.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    Blanket Purchase Agreement (BPA) for Cummins Power Parts
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking proposals for a Blanket Purchase Agreement (BPA) specifically for Cummins Power Parts, with a focus on brand-name items only. This procurement is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 333618, which pertains to Other Engine Equipment Manufacturing. The goods are essential for maintaining operational readiness and efficiency within military operations. Interested vendors should direct their inquiries to Melvina McNeill at melvina.l.mcneill.civ@mail.mil or by phone at 703-545-9495, with the exact address for performance to be provided upon award.