Maintenance/Service/Repair of Message Board Trailer and K-9 Hauler Trailer

SOL #: N6883626QS022Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR JACKSONVILLE
JACKSONVILLE, FL, 32212-0097, United States

Place of Performance

Jacksonville, FL

NAICS

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

PSC

Maintenance, Repair And Rebuilding Of Equipment: Service And Trade Equipment (J035)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Feb 26, 2026
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 9, 2026, 2:00 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 Department of the Navy, specifically NAVSUP FLT LOG CTR JACKSONVILLE, is soliciting proposals for Maintenance, Service, and Repair of Security Equipment at Naval Station Mayport, Florida. This includes one Message Board Trailer and one K-9 Hauler S8 Trailer. The government intends to award a Firm Fixed-Price contract. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Quotes are due March 9, 2026, at 10:00 AM EST.

Scope of Work

The contractor shall perform quarterly preventative maintenance (PM) and repairs on the specified equipment. This includes:

  • Message Board Trailer (K and K Systems MB8249WT): Battery and solar charging system maintenance/repair, and PM/inspection of electrical components (LEDs, wiring, solar panels) and trailer support structures (axles, tires, suspension).
  • K-9 Hauler Trailer (Castle K-9 Series 8 K-9 Express Hauler): Inspection, repair, and installation of a new solar charging system as needed, and PM/inspection of battery, auxiliary generator, and trailer support structures.
  • All repairs and parts are included in the fixed price. Unlimited technical support and detailed inspection reports are required.
  • Emergency calls require a 72-hour response time.
  • Work will be performed on-site at NS Mayport, Florida (Bldg. 1854 for Message Board, Bldg. 1348 for K-9 Hauler).

Contract Details

  • Contract Type: Firm Fixed-Price.
  • Period of Performance: A base year (May 1, 2026 - April 30, 2027) with four one-year option periods, potentially extending the contract through April 30, 2031. An option to extend services (FAR 52.217-8) for up to 6 months is also included, with a total duration not to exceed 66 months.
  • 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.
  • CMMC Requirement: Minimum CMMC Level 1 (Self) is required prior to award.
  • Place of Performance: Naval Station Mayport, Florida.

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 EST.
  • Submission Method: Quotes must be submitted electronically in PDF format, divided into volumes (Price, Technical Responsibility, Contractor Responsibility).
  • Evaluation Basis: Lowest Price Technically Acceptable (LPTA). The government reserves the right to award solely on the initial quote received.
  • Acceptance Period: Offers must be valid for 60 calendar days from receipt.

Special Requirements & Notes

  • Access: Contractor personnel requiring access to NS Mayport must obtain a Defense Biometric Identification System (DBIDS) credential.
  • Wage Determination: Bidders must adhere to the U.S. Department of Labor's Wage Determination (Revision No. 29, dated 12/03/2025) for Florida counties (Baker, Clay, Duval, Nassau, Saint Johns), which specifies minimum wage rates and fringe benefits under the Service Contract Act.
  • Contact: Primary points of contact are Tristan McElhinney (tristan.s.mcelhinney.civ@us.navy.mil) and Kyle Nelson (kyle.a.nelson2.civ@us.navy.mil).
  • The solicitation incorporates various FAR and DFARS clauses by reference, including those related to cybersecurity and payment instructions (WAWF).

People

Points of Contact

Tristan McElhinneyPRIMARY
Kyle NelsonSECONDARY

Files

Files

Download
Download
Download
Download

Versions

Version 3
Solicitation
Posted: Mar 16, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 26, 2026
Version 1
Solicitation
Posted: Feb 26, 2026
View
Maintenance/Service/Repair of Message Board Trailer and K-9 Hauler Trailer | GovScope