Fitness Equipment Maintenance & Repair

SOL #: H9224026QE023Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Us Special Operations Command (Ussocom)
NAVAL SPECIAL WARFARE COMMAND
SAN DIEGO, CA, 92155-5583, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Recreational And Athletic Equipment (J078)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 19, 2026
2
Last Updated
Mar 19, 2026
3
Response Deadline
Apr 21, 2026, 1:00 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 Naval Special Warfare Command (NSWC) is soliciting proposals for Fitness Equipment Maintenance & Repair services for the Naval Special Warfare Center in San Diego, CA. This is a 100% Small Business Set-Aside for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP) task orders. The acquisition will be conducted under FAR Part 12.

Scope of Work

The contractor will provide personnel, tools, parts, and supervision for comprehensive fitness equipment maintenance and repair. Services include:

  • Quarterly preventative maintenance (inspecting, testing, lubricating, calibrating, adjusting, internal cleaning, upholstery repairs) adhering to Original Equipment Manufacturer (OEM) recommendations.
  • Unscheduled service calls as needed.
  • "Over and Above" repairs, outside the scope of routine maintenance, will be negotiated via individual task orders.
  • Contractor personnel must be U.S. citizens and obtain necessary military installation access.

Contract & Timeline

  • Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) Task Orders.
  • Period of Performance: May 27, 2026, to May 26, 2031 (5 years), with options to extend services up to 6 months and the term up to 66 months total.
  • Estimated Value: Minimum $1,000.00, Maximum $100,000.00.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 811310 (Small Business Size Standard: $12.5M).
  • Solicitation Published: March 19, 2026.
  • Questions Due: April 14, 2026, by 12:00 PM EST.
  • Proposals Due: April 21, 2026, by 09:00 AM.

Evaluation & Submission

Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include:

  • Technical Capability: Rated Acceptable/Unacceptable based on meeting PWS requirements.
  • Price: Evaluated for reasonableness. Quotes must be submitted via email to kelly.mcneill@socom.mil. Payment requests and receiving reports must be submitted electronically via Wide Area WorkFlow (WAWF).

Key Attachments

  • Attachment 1 (PWS): Details the performance requirements and standards.
  • Attachment 2 (Price & Equipment List): Provides pricing structure and equipment inventory for bidding.
  • Attachment 3 (DOL WD): Specifies minimum wage rates and fringe benefits under the Service Contract Act, crucial for pricing proposals.

People

Points of Contact

Kelly L. McNeillPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Mar 19, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Mar 19, 2026