Preventative Maintenance and Service Agreement
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 Naval Sea Systems Command (NAVSEA), specifically the Norfolk Naval Shipyard (NNSY), is soliciting proposals for a Firm Fixed Price (FFP) single-award contract for a Preventative Maintenance and Service Agreement. This UNRESTRICTED opportunity covers ICP-OES and ICP-MS instruments and associated accessories, aiming to ensure optimal equipment performance and minimize downtime at the Mid-Atlantic Regional Materials Test Laboratory in Portsmouth, VA. Proposals are due by 10 AM EDT on March 24, 2026.
Scope of Work
The contract requires one scheduled Preventive Maintenance (PM) visit annually for specified PerkinElmer ICP-OES and ICP-MS equipment, including associated chillers and autosamplers. Services also encompass unlimited break-down site visits, priority repair services (covering non-consumable parts, labor, and travel), and troubleshooting assistance with a 24-hour response time. On-site repair dispatch must occur within five business days if remote resolution is not possible. Technicians must possess necessary OEM level training, certification, or authorization.
Contract & Timeline
- Type: Firm Fixed Price (FFP) single-award contract.
- Period of Performance: A base year (May 5, 2026 - May 4, 2027) plus two one-year option periods, totaling three years.
- Set-Aside: UNRESTRICTED (Full and Open). Includes a Price Evaluation Preference for HUBZone Small Business Concerns.
- NAICS: 811210 ($34 million small business size standard).
- PSC: J066 (Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment).
- Questions Due: March 16, 2026, by 10 AM EDT.
- Proposals Due: March 24, 2026, by 10 AM EDT.
- Published: March 11, 2026.
Submission & Evaluation
Offerors must submit a completed and signed SF1449, executed amendments, FAR 52.212-3 Representations and Certifications, Technical Capability information (Management Plan and Technical Capability Statement), Past Performance information, and Price. Submissions must be a single Adobe Acrobat .pdf attachment via email to Jordan Moore (jordan.e.moore.civ@us.navy.mil). Award will be made to the responsible offeror receiving an acceptable rating in technical and past performance, and providing the lowest evaluated price, representing the best value to the Government. Quotes must be valid for a minimum of ninety (90) days.
Additional Notes
Personnel requiring access to the Norfolk Naval Shipyard (NNSY) will need a background check and must obtain a DBIDS card. Bidders must adhere to Federal and State OSHA requirements, NNSY safety protocols, and Hazardous Energy Control (HEC) procedures. A Wage Determination document is provided, outlining minimum wage rates, fringe benefits, and paid sick leave requirements under the Service Contract Act, which bidders must factor into their pricing.