Inspection, Cleaning, and Repair of Corrosion Control Booths, Wash Racks, Industrial Compressors, and Material Handling Equipment for MCBH
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 Navy is soliciting quotes for Inspection, Cleaning, and Repair of Corrosion Control Booths, Wash Racks, Industrial Compressors, and Material Handling Equipment for Marine Corps Base Hawaii (MCBH) and Camp Pendleton, CA. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity has an estimated value of $12.5 million. Quotes are due by 4:00 PM HST on April 14, 2026.
Scope of Work
This requirement covers preventive maintenance and repair services for Personal Property/Collateral Equipment (PP/CE) supporting the Marine Corps Corrosion Prevention and Control (CPAC) program. Services include inspecting, adjusting, cleaning, troubleshooting, and replacing faulty components for:
- One blast booth and three wash racks at MCBH.
- Two forklifts at Camp Pendleton, California.
- Scheduled Monthly and Annual Preventative Maintenance Checks and Services (PMCS).
- Corrective Maintenance as required for equipment associated with the 3rd Marine Regiment, CLB-3, and Corrosion Repair Facility (CRF) wash racks, and the CRF Abrasive Blast System.
- Specific tasks include semi-annual and annual maintenance for Quincy Compressors, Zeks Air Dryer, various forklifts, scissors lifts, and quarterly water/additive replacement for a Plasma Table.
Contract & Timeline
- Type: Firm Fixed Price (FFP)
- Estimated Value: $12,500,000.00
- Period of Performance: Generally May 2026 through May 2031.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14).
- Questions Due: 4:00 PM HST, March 27, 2026.
- Quotes Due: 4:00 PM HST, April 14, 2026.
- Published: March 13, 2026.
Evaluation
Award will be based on a best value determination considering three factors:
- Technical Capability: Requires an "Acceptable" rating based on a Quality Control Plan.
- Price: Evaluated for reasonableness.
- Past Performance: Evaluated on an acceptable/unacceptable basis. The Government reserves the right to award based on initial quotes without discussions.
Additional Notes
- Bidders must submit a Technical Capability Statement illustrating preparedness to execute tasks outlined in the Performance Work Statement (PWS).
- Quotes must be submitted electronically via email to Sergeant Eduard Gonzalez at eduard.gonzalez@usmc.mil.
- Personnel must be U.S. Citizens or Permanent Resident Aliens with base access via DBIDS.
- Compliance with the Service Contract Act and associated Wage Determination (2015-5689 Rev 27) is mandatory.
- Offerors must be registered with the System for Award Management (SAM) and complete specific FAR/DFARS provisions and clauses.