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
Feb 12, 2026, 6:00 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 is soliciting proposals for comprehensive logistics support services, encompassing maintenance, supply, and transportation, at Fort Irwin, California. This is a Competitive 8(a) Set-Aside acquisition under the Enhanced Army Global Logistics Enterprise (EAGLE) Basic Ordering Agreement (BOA). Proposals are due by February 12, 2026, at 6:00 PM UTC.

Opportunity Overview

This solicitation, W519TC-25-R-0009, seeks to obtain efficient and cost-effective logistics support to bolster training, deployment readiness, and sustainment operations at Fort Irwin, CA. The effort requires contractors to provide field-level maintenance, installation supply and services (including Central Issue Facility operations and hazardous material management), and installation transportation services (including personal property operations, passenger movements, and fleet management).

Scope of Work

The comprehensive scope includes:

  • Maintenance: Field-level maintenance, technical inspections, and equipment repair, with detailed Performance Requirements Summaries (PRS) outlining specific standards and Acceptable Quality Levels (AQLs).
  • Supply: Central Issue Facility (CIF) storefront operations, Organizational Clothing and Individual Equipment (OCIE) services, and Hazardous Material (HAZMAT) control and management.
  • Transportation: Personal property operations, passenger movements, fleet management, and Transportation Motor Pool (TMP) support, including vehicle dispatch, management, and accident reporting.
  • Mission Essential Services: Defined critical tasks to be maintained during crisis periods, such as specific fleet management, personnel/personal property movements, CIF, HMCP, and materiel maintenance.
  • NTC G4 Sewing Support: Management and operation of a seamstress section for clothing repair, embroidery, and sewing services.

Contract Details

  • Contract Type: Cost Plus Fixed Fee (CPFF) task order.
  • Set-Aside: 8(a) Set-Aside (FAR 19.8).
  • Eligibility: Offerors must hold an EAGLE BOA and be certified small businesses under NAICS code 561210.
  • 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.
  • Place of Performance: Primarily on and in the vicinity of Fort Irwin, CA.
  • Incumbent: Chenega Healthcare Services, LLC (CHS).

Submission & Evaluation

  • Proposal Due Date: February 12, 2026, at 6:00 PM UTC.
  • Submission Method: Electronically via email or DOD SAFE.
  • Evaluation Factors: Technical, Past Performance, and Cost/Price.
  • Award Basis: 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.
  • Key Submission Requirements: Offerors must complete specific attachments, including a Performance Questionnaire (Attachment 0003) to address past performance, a Cost Price Matrix (Attachment 0005), and a Staffing and Labor Mix (Attachment 0002). Subcontractors require a Letter of Consent (Attachment 0004) for past performance evaluation. A Preaward Survey of Prospective Contractor Accounting System (SF 1408) is also required.
  • Proposal Validity: Proposals must remain valid for 180 days from the closing date.

Special Requirements

Contractor personnel must be qualified, trained, and certified, adhering to robust security, quality (ISO 9001), environmental (ISO 14001), and safety standards. Strict compliance with purchasing and invoicing guidelines, as well as all applicable regulations and publications, is mandatory. Bidders must also ensure submitted files do not use blocked extensions as detailed in Attachment 0010.

People

Points of Contact

Larry KempSECONDARY

Files

Files

No files attached to this opportunity

Versions

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