36 LRS VEHICLE MAINTENANCE REPAIR PARTS FOR GLOBE TRAILERS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting proposals for Vehicle Maintenance Repair Parts for Globe Trailers at Andersen Air Force Base, Yigo, Guam. This is a Total Small Business Set-Aside opportunity for a Firm Fixed-Price contract. Proposals are due Tuesday, February 17, 2026, at 10:00 A.M. Chamorro Standard Time (ChST).
Scope of Work
This combined synopsis/solicitation seeks to procure specific repair parts for a GLOBE TRAILERS trailer, Model GTFS402-48-38, VIN/SN 1G9FS480GB336060. Requirements include items such as crank handles, cross shafts, and suspension leaf springs, as detailed in Attachment 1 – Salient Characteristics. The scope also includes direct shipment and delivery of these parts to Andersen AFB, Guam. Bidders must ensure parts compatibility and provide a standard warranty.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- Small Business Size Standard: 1,000 Employees
- Submission Deadline: Tuesday, February 17, 2026, at 10:00 A.M. ChST
- Questions Due: Thursday, February 12, 2026, at 10:00 A.M. ChST (Answers will be posted on SAM.gov)
- Delivery: Expected 60 Calendar Days After Receipt of Order (ARO)
- Quote Validity: 90 days
- Published Date: February 10, 2026
Eligibility & Requirements
All offerors must be registered and active in the System for Award Management (SAM) database. Bidders must comply with all referenced FAR and DFARS clauses and provisions, including those related to prohibitions on covered defense telecommunications equipment and Wide Area WorkFlow (WAWF) payment instructions, as outlined in Attachment 2.
Submission & Evaluation
Offers must be submitted electronically via email to the specified Contract Specialist and Contracting Officer. Evaluation will first assess technical acceptability, ensuring all specifications in Attachment 1 are met. Subsequently, price analysis will be conducted. Award will be made to the responsible offeror whose technically acceptable proposal represents the best value to the Government, not necessarily the lowest price. Offerors must provide vendor information, pricing, and a technical description.
Key Documents
- Attachment 1 - Salient Characteristics.xlsx: Details specific repair parts, quantities, and delivery requirements. Bidders must use this to provide pricing.
- Attachment 2 - Clauses and Provisions.pdf: Contains mandatory FAR/DFARS clauses and provisions incorporated by reference or in full text.
- RFQ FA524026Q0005.pdf: The primary solicitation document outlining the procurement details, submission instructions, and evaluation criteria.