Preventive Maintenance (PM) and Unscheduled Repair for Miscellaneous Food Processing (MFP) equipment for Group 36 (VA Stores)
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 Defense Commissary Agency (DECA) is soliciting quotes for a Firm-Fixed Price (FFP) contract to provide Preventive Maintenance (PM) and Unscheduled Repair services for Miscellaneous Food Processing (MFP) equipment at nine VA commissary stores in Virginia. This opportunity is a Total Small Business Set-Aside under NAICS code 811310 (size standard $12.5M). Quotes are due by March 19, 2026, at 2:00 PM EST.
Scope of Work
The contractor will provide all labor, supervision, equipment, tools, materials, transportation, and permits necessary to keep MFP equipment operational. This includes scheduled PM and on-demand unscheduled repairs for equipment such as mixers, grinders, meat saws, ovens, and proofers. Services are to be performed on-site at DeCA commissary locations, Monday through Friday, 8:00 a.m. to 5:00 p.m. local time, excluding federal holidays. Key performance standards include responding to unscheduled repair calls within one business day, presenting a service plan within one business day for repairs requiring additional costs, and completing services within seven days of COR acceptance or parts availability. The contractor must also provide a PM program with inspection schedules and checklists within 15 days of contract award, and develop a safety plan and Quality Control Plan (QCP) within 30 days.
Contract & Timeline
- Solicitation Number: HQC004-25-Q-E033
- Contract Type: Firm-Fixed Price (FFP)
- Set-Aside: Total Small Business
- NAICS Code: 811310 ($12.5M size standard)
- Period of Performance: April 1, 2026, to March 31, 2031 (Base year + 4 option years)
- Locations: Fort Eustis, Fort Lee, Langley AFB, Little Creek, Norfolk, Oceana, Portsmouth, Fort Belvoir, and Quantico (VA) commissary stores.
- Quotes Due: March 19, 2026, 2:00 PM EST
- Questions Due: March 12, 2026
- Published Date: March 4, 2026
Evaluation
Award will be based on Technical Capability, Past Performance, and Price, in accordance with FAR Part 12. Offerors must submit a written technical description (max 5 pages) detailing their plan to meet PWS Section 3 standards and the mechanical aptitude of their technicians (PWS Section 1.2.4). Pricing must be provided on Attachment 1 for each CLIN, covering the base year and all four option years, with PM billed quarterly and unscheduled repairs monthly.
Submission Requirements & Key Attachments
Offerors must submit signed and dated quotes to Tammy Torres (Tammy.Torres@deca.mil) or Langston Hines (Langston.Hines@deca.mil). Key attachments include:
- Attachment 1: CLIN Structure and Price Submission Document
- Attachment 2: Performance Work Statement (PWS) for Group 36
- Attachment 3: Store Delivery Addresses and Equipment Lists
- Attachment 4: Addendum to FAR clause 52.212-1 Instructions to Offerors (details technical and pricing requirements)
- Attachment 5: Offeror Representations and Certifications (requires completion of various business status and compliance representations)
- Attachment 6: Addendum to FAR clause 52.212-4 (specifies Service Contract Act Wage Determinations for VA Stores)
- Attachments 7, 8, 9: Various FAR/DFARS clauses incorporated by reference or in full text, covering legal, regulatory, and contractual obligations.
- Attachment 10: Preventative Maintenance Checklists for specific equipment.
Incomplete submissions will not be considered. Offerors must carefully review all attachments to ensure compliance with all requirements, including CAGE code, ownership disclosures, and telecommunications equipment representations.