EAGLE Fort Irwin, CA W519TC-25-R-0009

SOL #: W519TC25R0009Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-RI
ROCK ISLAND, IL, 61299-0000, United States

Place of Performance

Fort Irwin, CA

NAICS

Facilities Support Services (561210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Vehicular Equipment Components (J025)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)

Timeline

1
Posted
Jan 5, 2026
2
Last Updated
Feb 24, 2026
3
Submission Deadline
Mar 6, 2026, 10:00 PM

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 Army, ACC-RI, is soliciting proposals for logistics support services at Fort Irwin, California, under Solicitation W519TC-25-R-0009, titled "EAGLE Fort Irwin, CA." This 8(a) Set-Aside opportunity seeks to provide comprehensive maintenance, supply, and transportation services. The proposal due date has been extended to March 6, 2026, at 1600 Central Time.

Scope of Work

This requirement encompasses efficient, cost-effective logistics support, including:

  • Maintenance: Field-level maintenance, equipment repair, technical inspections, and specialized services like welding and machining. Performance standards are detailed in Annex A.
  • Supply: Installation supply and services, including Central Issue Facility (CIF) operations, hazardous material (HAZMAT) management, and inventory control. Annex B outlines specific performance requirements for CIF and HAZMAT.
  • Transportation: Installation transportation services, covering personal property operations, passenger movements, and fleet management. This includes managing the National Training Center (NTC) Transportation Motor Pool (TMP) operations (dispatch, GSA fleet control, vehicle operators, weigh scales) as detailed in PWS Appendix A. NTC G4 Sewing Support services, including clothing repair and embroidery, are also part of the scope (PWS Appendix B).
  • Environmental Compliance: Strict adherence to all applicable environmental laws and regulations, including green procurement, waste management, hazardous materials management, and spill prevention, as outlined in Annex D.
  • Mission Essential Services: Specific functional tasks are designated as mission-essential, requiring continued contractor support during crisis periods, including Fleet Management, Personnel Movements, Personal Property Operations, CIF Storefront, Hazardous Material Control Point, and Materiel Maintenance Operations.

Contract Details

  • Contract Type: Cost Plus Fixed Fee (CPFF) task order.
  • Period of Performance: A 12-month base period (including a 30-day transition), followed by four 1-year option periods, and one 6-month option period, totaling 5 years and 6 months if all options are exercised.
  • Set-Aside: 8(a) Set-Aside (FAR 19.8).
  • Product Service Code: J025 - Maintenance, Repair And Rebuilding Of Equipment: Vehicular Equipment Components.
  • Place of Performance: Primarily Fort Irwin, CA, with potential for off-post locations.

Submission & Evaluation

  • Eligibility: This is a competitive 8(a) acquisition. Proposals should only be submitted by 8(a) Small Business EAGLE Basic Ordering Agreement (BOA) Holders. Offerors must be certified under NAICS code 561210.
  • Evaluation Factors: Technical, Past Performance, and Cost/Price. Award will be made to the responsible Offeror with the lowest evaluated (fair and reasonable) priced proposal that is technically acceptable with substantial confidence in past performance.
  • Proposal Validity: 180 days from the closing date.
  • Required Attachments: Offerors must complete and submit forms such as the Staffing and Labor Mix (Attachment 0002), Performance Questionnaire (Attachment 0003), Letter of Consent for subcontractors (Attachment 0004), Cost Price Matrix (Attachment 0005), and Contract References Spreadsheet (Attachment 0011). Subcontractors may need to submit cost information via Attachment 0015.

Key Amendments/Updates

  • Amendment 0003 (February 24, 2026): Extended the proposal due date to March 6, 2026, at 1600 Central Time. Incorporated responses to industry questions (18-57) via an updated Q&A Template (Attachment 0034). Revised several Section J attachments, including the Cost Price Matrix (0005), Contract Reference Spreadsheet (0011), and CBA-SCA Crosswalk (0016). Updated RFP Section C regarding Contractor's Fixed Fee assessment for nonconformances and Section L on Direct Labor Rates, Service Contract Act (SCA), and Collective Bargaining Agreements (CBA), noting specific CBA expiration dates.
  • Amendment 0002 (February 19, 2026): Previously extended the proposal due date to March 3, 2026, and indicated Amendment 0003 would follow with Q&A.
  • Amendment 0001 (February 4, 2026): Extended the proposal due date to February 20, 2026, and incorporated revised attachments.

Additional Notes

The incumbent contractor is Chenega Healthcare Services, LLC (CHS). Offerors must adhere to detailed purchasing and invoicing guidelines (Attachment 0009) and be aware of blocked file extensions (Attachment 0010) for submissions. A comprehensive glossary of terms is provided in Annex E, and applicable regulations are listed in Annex F.

People

Points of Contact

Larry KempSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Solicitation
Posted: Feb 24, 2026
Version 3
Solicitation
Posted: Feb 19, 2026
View
Version 2
Solicitation
Posted: Feb 4, 2026
View
Version 1
Solicitation
Posted: Jan 5, 2026
View
EAGLE Fort Irwin, CA W519TC-25-R-0009 | GovScope