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 3, 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 logistics support services, encompassing Maintenance, Supply, and Transportation, at Fort Irwin, California. This is a Competitive 8(a) Set-Aside acquisition for Offerors holding an Enhanced Army Global Logistics Enterprise (EAGLE) Basic Ordering Agreement (BOA). The proposal due date has been extended to March 03, 2026, at 12:00 Central Time.

Scope of Work

The contract requires efficient, cost-effective logistics support to sustain training, deployment readiness, and operations at Fort Irwin. Services include:

  • Field-level maintenance (e.g., equipment repair, technical inspections, tire maintenance, welding, machining, production control).
  • Installation supply and services (e.g., Central Issue Facility operations, hazardous material management, inventory control).
  • Installation transportation services (e.g., personal property operations, passenger movements, fleet management, Transportation Motor Pool operations, bus/driver support).
  • NTC G4 Sewing Support (clothing repair, embroidery, sewing services). Mission-essential contractor services include critical fleet management, personnel/personal property movements, CIF storefront, HAZMAT control, and materiel maintenance operations during crisis periods.

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: Competitive 8(a) Set-Aside (FAR 19.8).
  • Eligibility: Offerors must hold an EAGLE BOA and be certified small businesses under NAICS code 561210.
  • Incumbent: Chenega Healthcare Services, LLC (CHS).

Submission & Evaluation

  • Proposals Due: March 03, 2026, at 12:00 Central Time.
  • Submission: Electronically via email or DOD SAFE.
  • Evaluation Factors: Technical, Past Performance, and Cost/Price.
  • Award Basis: 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.

Important Attachments & Requirements

  • Performance Work Statement (PWS) (Attachment 0001) and Annexes (A, B, C, D, E, F, Appendix A, Appendix B): Detail specific performance standards, quality levels (AQLs), environmental requirements, definitions, publications, and scope for maintenance, supply, transportation, TMP, and sewing services.
  • Staffing and Labor Mix (Attachment 0002): A compliance-critical spreadsheet for detailing proposed staffing.
  • Cost Price Matrix (Attachment 0005): Essential for understanding cost structure and pricing requirements.
  • Preaward Survey of Prospective KTR Accounting Sys (SF 1408): Required for evaluating the contractor's accounting system.
  • Performance Questionnaire (Attachment 0003) & Letter of Consent (Attachment 0004): For addressing past performance and subcontractor consent.
  • Purchasing Invoicing Guide (Attachment 0009): Outlines procedures for contractor purchasing and invoicing.
  • Q and A Template (Attachment 0034): For submitting questions regarding the solicitation.
  • Offerors must acknowledge all amendments. Amendment 0003 is expected to address industry questions.

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

Versions

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