ICE MACHINE PREVENTIVE 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 Defense Health Agency (DHA) Western Markets Contracting Division is soliciting quotes for Ice Machine Preventive Maintenance services. This 100% Small Business Set-Aside opportunity requires full-service maintenance, including cleaning, sanitation, and repair, for 34 government-owned ice machines located across seven Naval Bases in San Diego, CA. These machines are critical for patient wards, emergency rooms, and outpatient clinics. Quotes are due by March 3, 2026, at 08:00 AM PST.
Scope of Work
The requirement is for non-personal services to provide comprehensive maintenance for 34 ice machines. This includes bi-annual preventive maintenance (cleaning, sanitizing, flushing, adjustments, safety tests, electrical safety tests, filter/component replacement) and corrective maintenance/repair services. All services must adhere to Original Equipment Manufacturer (OEM) specifications, U.S. laws, U.S. Navy regulations, and Joint Commission requirements. The contractor must maintain an overall uptime rate of 95% or better for all equipment.
Period & Place of Performance
The contract will consist of a base year (March 15, 2026 – March 14, 2027) and four (4) option years. Services will be performed at various Naval Bases around San Diego, CA, including Naval Medical Center San Diego (NMCSD), Marine Corps Recruit Depot (MCRD) San Diego, Marine Corps Air Station (MCAS) Miramar, Naval Air Station North Island (NASNI), Naval Amphibious Base (NAB) Coronado, Naval Base San Diego (NBSD) Dry Side, and Naval Training Center (NTC) San Diego.
Contract Details
- Type: Combined Synopsis/Solicitation (Request for Quote - RFQ), Firm-Fixed-Price (FFP)
- Set-Aside: 100% Small Business
- NAICS Code: 811310 (Commercial and Other Repair and Maintenance Services)
- Size Standard: $12.5 million
- Period of Performance: Base year + four (4) option years (total 5 years)
Submission & Evaluation
Award will be made on a "Past Performance Price Tradeoff" basis. Evaluation factors, in descending order of importance, are:
- Technical Capability: Must demonstrate ability to meet Statement of Work (SOW) requirements (max 2 pages), specifically addressing SOW paragraphs 2.1, 4.1, 4.2, and 4.3.
- Past Performance: Requires completed questionnaires for two (2) recent, relevant, and self-performed projects within the last three (3) years. The Past Performance Questionnaire (PPQ) can be returned to the Offeror or sent directly to dernell.w.wade.civ@health.mil by March 2, 2026. Past performance is more important than price.
- Price: Must be submitted on the provided Quote Sheet (Attachment 3) and determined fair and reasonable.
Key Dates:
- Questions Due: February 23, 2026, 08:00 AM PST
- Quotes Due: March 3, 2026, 08:00 AM PST
- Submission Method: Electronically via the SAM.gov Solicitation Module.
Special Requirements
Offerors must be registered in SAM.gov. Technicians must be OEM-certified and experienced, and comply with Naval Base San Diego access requirements, including obtaining a Defense Biometric Identification System (DBIDS) credential. Field Service Reports (FSRs) are required within 72 hours of service, along with an NMCSD Ice Machine Back Test Log. Replacement parts must be new OEM parts unless otherwise approved.