Notice of Intent to Award a Sole Source Contract for Vertical Lift Module (VLM) Maintenance Services

SOL #: 6f3949b0cb2349a191e0cde663947f66Special NoticeSole Source

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLC SAN DIEGO

Place of Performance

San Diego, CA

NAICS

No NAICS code specified

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Feb 26, 2026
2
Action Date
Mar 5, 2026, 8:00 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 NAVSUP Fleet Logistics Center San Diego (FLCSD) intends to award a sole source Firm-Fixed-Price contract to Southwest Solutions Group, Inc. for Vertical Lift Module (VLM) Maintenance Services at multiple Naval installations. This notice is not a request for competitive quotes, but responsible sources may submit capability statements by March 5, 2026.

Scope of Work

The contractor will provide Preventive Maintenance (PM) and Corrective Maintenance (CM) for Government-owned VLMs. Services include qualified personnel, equipment, supplies, tools, materials, supervision, spare parts kits specific to each VLM model, phone support, and First-Aid Training as defined in the Performance Work Statement (PWS).

Key locations include: Naval Air Station North Island (NASNI), Naval Air Station Fallon (NASF), Naval Air Station Lemoore (NASL), and Naval Base Ventura County (NBVC).

Contract & Timeline

  • Type: Sole Source, Firm-Fixed-Price
  • Intended Awardee: Southwest Solutions Group, Inc. (CAGE Code: 0HDL3)
  • Justification: Southwest Solutions Group, Inc. is identified as the sole authorized service provider with proprietary knowledge, technical expertise, and access to OEM parts. No other vendor is deemed capable without significant risk.
  • Set-Aside: None (Sole Source)
  • Period of Performance: April 1, 2026, through March 31, 2027
  • Capability Statement Due: March 5, 2026, by 12:00 p.m. PST
  • Published: February 26, 2026

Submission of Capability Statements

This is not a solicitation for competitive offers. However, interested and capable sources may submit a written capability statement to Raul Alcantara (raul.r.alcantara.civ@us.navy.mil) by the deadline. Information received will be used to determine if a competitive procurement is feasible, though the Government retains discretion.

Performance Standards (from PWS)

  • PM is categorized into four levels based on mission counts.
  • CM response times are defined for emergency (1-3 days) and non-emergency (7-14 days) situations.
  • Contractor must provide written reports within 14 calendar days of completion and an annual PM schedule within 30 government business days of award.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Special Notice
Posted: Feb 26, 2026
Notice of Intent to Award a Sole Source Contract for Vertical Lift Module (VLM) Maintenance Services | GovScope