AFWFB Repair and Maintenance Services
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 Interior's Interior Business Center (IBC), on behalf of the Air Force Wildland Fire Branch (AFWFB), has issued a Solicitation (RFQ 140D0426Q0343) for Vehicle and Equipment Maintenance and Repair Services. This opportunity seeks a contractor to provide comprehensive servicing, maintenance, and repair for designated equipment and vehicles at various Air Force Installations throughout the Continental United States (CONUS). The contract will be a Hybrid Task Order with Firm Fixed Price (FFP) and Time & Material (T&M) contract line items. This acquisition is a Total Small Business Set-Aside.
Scope of Work
The selected contractor will be responsible for both Preventive Maintenance (PM) and Corrective Maintenance (CM) on a wide range of vehicles and equipment used at AFWFB Wildland Support Modules (WSMs). Services include minor and major repairs, overhauls, modifications, and refurbishing. The contractor must provide all necessary personnel, equipment, supplies, and tools, and manage hazardous material disposal. Work will be performed at Government-owned facilities, with specific equipment and geographic locations detailed in Attachments B and C. Performance standards require PM during WSM "off seasons" and adherence to OEM guidance. Unscheduled CM response is within 24 hours for general calls, with onsite response within 10 business days, and emergency repairs within 24 hours.
Contract Details
- Contract Type: Hybrid Task Order (FFP and T&M)
- Period of Performance: A base year (October 1, 2026 – September 30, 2027) plus four one-year option periods, potentially extending the total duration up to 5 years and 6 months.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: Various Air Force Installations CONUS.
- Key Requirements: Contractor personnel must be ASE certified (heavy equipment, diesel, hydraulics, electrical), comply with HAZMAT regulations, pass security checks, and be proficient in English. The Government will provide vehicles and equipment (GFP), while the contractor supplies parts, tools, and materials.
Submission & Evaluation
- Questions Deadline: May 22, 2026, by 3:00 PM ET. Submit to Joelle_donovan@ibc.doi.gov, copying scott_szczesniak@ibc.doi.gov.
- Quotation Deadline: May 31, 2026, by 5:00 PM ET.
- Evaluation Factors: Award will be based on the most advantageous offer, with Technical Approach and Staffing Plan and Past Performance being more important than Price. Proposals must include a technical approach, staffing plan, past performance information (evaluated via CPARS), and detailed pricing using the provided pricing schedule (Attachment 2).
- Required Forms: Bidders must complete and submit the Service Contract Act (SCA) Verification Form (Attachment 3).
Additional Notes
This is a combined synopsis/solicitation; no separate written solicitation will be issued. Applicable FAR clauses are incorporated by reference. Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP).