Fitness Equipment Maintenance
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 Air Force is soliciting proposals for Fitness Equipment Maintenance Services at Joint Base McGuire-Dix-Lakehurst (JBMDL), New Jersey. This opportunity seeks a contractor to provide comprehensive preventive and remedial maintenance for fitness equipment across JBMDL's fitness centers. This is a Total Small Business Set-Aside under a Firm-Fixed-Price Blanket Purchase Agreement (BPA). Proposals are due March 9, 2026.
Scope of Work
The contractor shall provide all labor, personnel, tools, parts, and supervision for inspecting, repairing, and performing preventive and remedial maintenance on fitness equipment at JBMDL Fitness Centers (McGuire, Griffith Field House on Fort Dix, and Lakehurst Fitness Center). Services include cleaning, lubrication, adjustment, and replacement of worn or defective parts, all in accordance with manufacturer specifications. Technicians must possess a minimum of five years of specialized experience and relevant manufacturer certifications. Equipment lists are subject to annual updates.
Contract Details
- Contract Type: Firm-Fixed-Price Blanket Purchase Agreement (BPA)
- Period of Performance: 365 days
- Maximum Call Limit: $25,000 per BPA call
- Annual BPA Limit: $250,000
- NAICS Code: 713940 (Fitness and Recreational Sports Centers, Health and Fitness Centers)
- Size Standard: $17,500,000.00
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
Submission & Evaluation
- Offer Due Date: March 9, 2026, at 10:00 AM EST
- Questions Due Date: March 2, 2026, at 9:00 AM EST
- Submission Method: Email to the specified Government points of contact.
- Evaluation Basis: Lowest Priced Technically Acceptable (LPTA). Technical submissions will be evaluated against Performance Work Statement (PWS) requirements, and price will be evaluated based on the total evaluated price.
- Requirements: Offerors must have an active registration in the System for Award Management (SAM) and ensure offers remain valid for 90 calendar days. Payment requests will be processed via Wide Area WorkFlow (WAWF).
Amendment Notes
Solicitation FA448426Q0003 was amended (FA448426Q00030001) to adjust quantities for several Contract Line-Item Numbers (CLINs) to reflect the number of machines. Specifically, CLIN 0001 quantity increased from 17 to 20, CLIN 0002 decreased from 71 to 66, and CLIN 0003 decreased from 38 to 34. The attachment "BPA_Pricing_List_Equipment_Based" has been deleted. All other terms and conditions remain unchanged. Pricing must be submitted on the attached BPA Pricing List.
Contact Information
- Primary: Theodore Hyatt (theodore.hyatt@us.af.mil, 609-754-3629)
- Secondary: Lizbette Zalybniuk (Lizbette.Zalybniuk.1@us.af.mil, 609-754-4996)