Maintenance of Pre Positioned Training Fleet (PTF)

SOL #: W912PB26RA026Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
0409 AQ HQ CONTRACT
APO, AE, 09114, United States

Place of Performance

Place of performance not available

NAICS

Automotive Mechanical and Electrical Repair and Maintenance (81111)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles (J023)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 12, 2026
2
Last Updated
Mar 18, 2026
3
Submission Deadline
Mar 25, 2026, 10:00 AM

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 Army is soliciting proposals for a non-personal services contract to provide field-level maintenance and administrative support for the Pre-Positioned Training Fleet (PTF) equipment set. This opportunity supports coalition forces at USAG Hohenfels and Grafenwoehr, Germany. This solicitation is issued as a corrective action following a protest. Proposals are due March 25, 2026, at 11:00 AM CET.

Scope of Work

The contractor will be responsible for planning, programming, administering, managing, and executing all functions necessary for PTF equipment maintenance. This includes a wide range of assets such as tactical vehicles, construction equipment, non-tactical vehicles, forklifts, military trailers, portable heaters, generators, floodlight sets, and lawn equipment. Key responsibilities include:

  • Providing field-level maintenance and administrative support.
  • Performing pass-back field maintenance for up to 300 tactical vehicles per contract year.
  • Maintaining an Operational Readiness (OR) rate of not less than 90% Fully Mission Capable (FMC) status for tactical and non-tactical vehicles and support equipment.
  • Resolving unscheduled maintenance tasks within four hours of identification.
  • Managing Government Furnished Property (GFP) and Contractor Acquired Property (CAP).
  • Ensuring compliance with U.S. and German laws, Army regulations, and safety standards.
  • Requiring key personnel (Project Manager, Deputy Project Manager) available 24/7.

Contract Details

  • Contract Type: Requirements Type Contract.
  • Period of Performance: A base period of approximately 11.5 months (April 25, 2026, to April 8, 2027), with option periods extending the total duration up to approximately 36 months (through April 8, 2029). Task Orders may not exceed 12 months.
  • Set-Aside: Unrestricted Acquisition.
  • Product Service Code (PSC): J023 (Maintenance, Repair And Rebuilding Of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles).
  • NAICS Code: 811121 (Automotive Repair and Maintenance).

Submission & Evaluation

  • Offer Due Date: March 25, 2026, 11:00 AM CET.
  • Submission Method: Proposals must be submitted via email to the addresses listed in the solicitation, with a 10 MB attachment size restriction. Mailed proposals are not preferred but may be accepted. FAX submissions are not possible.
  • Evaluation: Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include:
    • Technical: Property Management Plan (PMP), Offeror's Experience (within the last five years), and Subcontracting.
    • Supplier Performance Risk System (SPRS): Assessment for acceptable/unacceptable risk.
    • Price: Total evaluated price will be the sum of all CLIN prices for the base and option years, fully loaded.
  • Proposal Content: Requires active SAM.gov registration, completed SF1449, signed amendments, a CLIN price schedule (using Attachment 2), technical data, representations and certifications, and IRS Form W-14.

Key Attachments

Bidders should review the Performance Work Statement (PWS) for detailed requirements, Attachment 2 Contract Price Summary for pricing submission, Enclosure 3 GFP Module for Government Furnished Property details, and Enclosure 4 Density List for specific vehicle and equipment quantities.

Contact Information

Primary Point of Contact: Derrick Reynolds (derrick.l.reynolds2.civ@army.mil, 004909641705268779). Secondary Point of Contact: Debbie Frankovich (debbie.c.frankovich.civ@army.mil, 499641705268734).

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Mar 18, 2026
Version 1
Solicitation
Posted: Mar 12, 2026
View
Maintenance of Pre Positioned Training Fleet (PTF) | GovScope