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 20, 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 Enhanced Army Global Logistics Enterprise (EAGLE) Logistics Services at Fort Irwin, California (FICA). This 8(a) Set-Aside opportunity, under Solicitation W519TC-25-R-0009, seeks comprehensive Maintenance, Supply, and Transportation services to support training, deployment readiness, and sustainment operations. The proposal due date has been extended to February 20, 2026, at 12:00 PM Central Time.

Scope of Work

The contract encompasses a broad range of logistics support, including:

  • Maintenance: Field-level maintenance, equipment repair, technical inspections, and specialized services like welding and machining, with detailed performance standards outlined in Annex A.
  • Supply: Installation supply and services, Central Issue Facility (CIF) operations, Organizational Clothing and Individual Equipment (OCIE) services, and Hazardous Material (HAZMAT) management, as detailed in Annex B.
  • Transportation: Installation transportation services, personal property operations, passenger movements, and fleet management, including specific requirements for the National Training Center (NTC) Transportation Motor Pool (TMP) in Annex C and Appendix A.
  • Mission Essential Services: Specific tasks, such as Fleet Management, Personnel/Personal Property Movements, CIF, HMCP, and Materiel Maintenance, are designated as mission-essential and must continue during crisis periods.
  • NTC 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.
  • 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 Fort Irwin, CA, with potential for off-post locations.
  • Eligibility: Open to Offerors holding an EAGLE Basic Ordering Agreement (BOA) and certified small businesses under NAICS code 561210 (Facilities Support Services).
  • Incumbent: Chenega Healthcare Services, LLC (CHS).

Key Requirements & Attachments

Bidders must submit detailed Staffing and Labor Mix (Attachment 0002) and a comprehensive Cost Price Matrix (Attachment 0005). Other critical attachments include a Performance Questionnaire (Attachment 0003) to address past performance, a Letter of Consent (Attachment 0004) for subcontractors, and a Preaward Survey of Prospective Contractor Accounting System (SF 1408) (Attachment 0006). Compliance with environmental requirements (Annex D), applicable regulations (Annex F), and purchasing/invoicing guidelines (Attachment 0009) is mandatory.

Submission & Evaluation

  • Proposal Due: February 20, 2026, at 12:00 PM Central Time.
  • Submission: Electronically via email or DOD SAFE.
  • 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. Offerors must acknowledge Amendment 0001.

Points of Contact

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

Versions

Version 4
Solicitation
Posted: Feb 24, 2026
View
Version 3
Solicitation
Posted: Feb 19, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 4, 2026
Version 1
Solicitation
Posted: Jan 5, 2026
View