Fitness Equipment Maintenance & Repair
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 Naval Special Warfare Command (USSOCOM) is soliciting proposals for Fitness Equipment Maintenance & Repair services under an Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Price (FFP) contract. This Total Small Business Set-Aside aims to ensure the operational readiness of fitness equipment at the Naval Special Warfare Center in Coronado, CA. Proposals are due April 21, 2026.
Scope of Work
The contractor will provide all personnel, tools, parts, and supervision for comprehensive fitness equipment maintenance and repair. This includes:
- Preventative Maintenance: Quarterly inspections, testing, lubrication, calibration, internal cleaning, and upholstery repairs, adhering to Original Equipment Manufacturer (OEM) recommendations.
- Unscheduled Service Calls: Responsive repairs as needed.
- "Over and Above" Repairs: Services outside the scope of routine maintenance or service calls, to be negotiated via individual task orders. The services cover a wide range of equipment detailed in the provided Equipment List.
Contract Details
- Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Price (FFP).
- Period of Performance: A five-year ordering period, from May 27, 2026, to May 26, 2031, with options to extend services and term.
- Value: Minimum contract value of $1,000.00; maximum contract value of $100,000.00.
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with a size standard of $12.5 million.
- Place of Performance: Naval Special Warfare Center, 2446 Trident Way, San Diego, CA 92155-5599.
Set-Aside & Eligibility
This acquisition is a Total Small Business Set-Aside (FAR 19.5). Contractor personnel must be U.S. citizens and obtain necessary access to military installations.
Submission & Evaluation
- Proposal Due Date: April 21, 2026, at 09:00 AM (local time, likely Pacific Time for San Diego).
- Questions Due Date: April 14, 2026, at 12:00 PM EST.
- Submission Method: Quotes and questions must be sent via email to kelly.mcneill@socom.mil.
- Evaluation Factors: Award will be made based on the Lowest Price Technically Acceptable (LPTA) methodology.
- Factor 1: Technical Capability (Acceptable/Unacceptable rating based on meeting PWS requirements).
- Factor 2: Price (evaluated for reasonableness).
Key Attachments
The solicitation includes a Performance Work Statement (PWS), a Price & Equipment List, and a Department of Labor Wage Determination (DOL WD). Bidders must review the DOL WD to ensure compliance with minimum wage rates and fringe benefits.
Contact Information
For inquiries, contact Kelly L. McNeill at kelly.mcneill@socom.mil.