6 CTS - PKC - Tactical Vehicle Maintenance
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 Tactical Vehicle Maintenance Services for the 6th Combat Training Squadron (CTS) and 66th Weapons Squadron (WPS) at Nellis AFB, NV. This Total Small Business Set-Aside opportunity seeks contractors to inspect and service Polaris MRZR, MRZR-Alpha, Ranger XP Crew Cab, and Club Car Golf Cart vehicles. The Government intends to award at least one Blanket Purchase Agreement (BPA). Offers are due by February 20, 2026, at 10:00 AM PDT.
Scope of Work
The contractor shall provide all necessary personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and non-personal services for the inspection and servicing of specified tactical and utility vehicles. Services include, but are not limited to, oil changes, filter replacements, transmission fluid replacement, spark plug and drive belt replacement, battery replacement, tire repair/balancing, steering/brake system inspections, diagnostic fault code analysis, and seat belt repair. All work will be performed at the contractor's place of business, with required transportation for vehicle pickup and delivery from Nellis AFB.
Key Requirements & Qualifications
Bidders must provide proof of Automotive Service Excellence (ASE) certification, Motorcycle/ATV Technician Certification, or Polaris certification. All replacement parts must be Polaris-approved or recommended. Deliverables include proof of certifications, quotes for unscheduled repairs, an estimate of repair time (within 24 hours of custody), a detailed final inspection report, and timely return of vehicles (within 15 business days).
Contract Details
This is a combined synopsis/solicitation issued as a Request for Quote (RFQ) under FAR subpart 12.6 and 13 Simplified Acquisition procedures. The resulting contract will be a Blanket Purchase Agreement (BPA) for non-personal services. Individual Call Orders under the BPA shall not exceed $25,000. Payments will be made via Government Purchase Credit Card (GPC). The period for acceptance of offers is 90 calendar days.
Eligibility & Submission
This is a Total Small Business Set-Aside under NAICS code 441227 (Off-road all-terrain vehicles, wheeled or tracked, dealers) with a Small Business Size Standard of $40M. Prospective vendors must be registered in the System for Award Management (SAM) database. Quotes must include Product Specifications, CAGE Code, SAM Unique Entity ID, Taxpayer I.D. No., Payment Terms, Discount Terms, Offeror Representations and Certifications (FAR 52.212-3), Point of Contact, Phone, Fax, Email, and Proposed Delivery Schedule. Offers must be submitted via email only in Adobe PDF, Excel, or Microsoft Word formats.
Evaluation & Important Dates
Award will be made to the Offeror whose Acceptable Technical Proposal represents the Best Value to the Government, determined by the Lowest Priced Technically Acceptable (LPTA) offer. Evaluation factors are Price and Technical capability.
- Questions Due: February 17, 2026, at 10:00 AM PDT
- Offers Due: February 20, 2026, at 10:00 AM PDT
Contact Information
For inquiries, contact Elijah Wesley at elijah.wesley@us.af.mil or 702-679-2519.