Maintenance/Service/Repair of Message Board Trailer and K-9 Hauler Trailer
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, specifically NAVSUP FLT LOG CTR JACKSONVILLE, is soliciting proposals for Maintenance/Service/Repair of Message Board Trailer and K-9 Hauler Trailer at Naval Station Mayport, Florida. This requirement is for quarterly preventative maintenance and repairs on one Message Board Trailer and one K9 Hauler S8 Trailer. The government intends to award a Firm Fixed-Price contract on a Lowest Price Technically Acceptable (LPTA) basis. This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offers are due by March 9, 2026, at 10:00 AM.
Scope of Work
The contractor shall perform quarterly preventative maintenance and repairs, including unlimited technical support and detailed inspection reports, for the following equipment:
- Message Board Trailer (K and K Systems; Model: MB8249WT): Includes battery replacement/repair, solar charging system repair, and quarterly PM/inspection of electrical components (LEDs, wiring, actuators, solar panels, switches, levers, capacitors, fuses, relays), and trailer support structures (frames, axles, hubs, bearings, tires, leaf springs/suspension, seals). Located at NS Mayport Florida, Bldg. 1854.
- K-9 Hauler Trailer (Castle K-9; Model: Series 8 K-9 Express Hauler): Involves inspection, repair, and installation of a new solar charging system as needed, and quarterly PM/inspection of the battery, auxiliary generator, and trailer support structures (frames, axles, hubs, bearings, tires, leaf springs/suspension, and seals). Located at NS Mayport Florida, Bldg. 1348. Repairs and parts are included in the fixed price, and the contractor must respond to emergency calls within 72 hours.
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance:
- Base Year: May 1, 2026, to April 30, 2027.
- Four Option Years: Extending annually through April 30, 2031.
- Option to Extend Services (FAR Clause 52.217-8) for up to 6 months.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14).
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance), with a size standard of $12,500,000.00.
- Product Service Code: J035 (Maintenance, Repair And Rebuilding Of Equipment: Service And Trade Equipment).
Submission & Evaluation
- Solicitation Issue Date: February 25, 2026.
- Questions Due: March 3, 2026, at 10:00 AM EST.
- Offer Due Date: March 9, 2026, at 10:00 AM.
- Submission: Quotes must be submitted electronically in PDF format, divided into Price, Technical Responsibility, and Contractor Responsibility volumes, to Tristan McElhinney and Kyle Nelson.
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA). Technical Capability will be assessed to ensure minimum performance requirements are met.
- CMMC Requirement: Minimum CMMC Level 1 (Self) is required prior to award.
- Acceptance Period: 60 calendar days from receipt of offers.
Special Considerations
Bidders must adhere to the Wage Determination (Revision No. 29, dated 12/03/2025) for Florida counties, which specifies minimum wage rates and fringe benefits under the Service Contract Act. Personnel requiring access to NS Mayport must obtain a Defense Biometric Identification System (DBIDS) credential. Offerors must acknowledge all solicitation amendments.