Recycling Equipment Preventative MX
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 Air Force, specifically the 502 CONS CL office at Joint Base San Antonio (JBSA), is conducting market research via a Request for Information (RFI) to identify sources capable of providing preventative maintenance (PM) services for recycling center equipment. This requirement covers JBSA-Lackland, JBSA-Ft Sam Houston, and JBSA-Randolph. This RFI is designated as a Total Small Business Set-Aside. Responses are due by March 20, 2026, at 11:00 AM CDT.
Purpose & Scope
This RFI aims to identify qualified contractors for PM services to ensure optimal performance, minimize injury risk, and prevent equipment failure for the JBSA Qualified Recycling Program (QRP). The contractor will be responsible for providing all tools, labor, management, materials, and transportation necessary for these services.
The Statement of Work (SOW) outlines requirements for routine PM according to manufacturer specifications, including thorough inspections, cleaning, lubrication, and adjustments. It also covers identifying and reporting equipment malfunctions, supplying new, original, or equivalent quality parts and materials, and providing training to QRP staff on appropriate daily and weekly PM tasks. Services are to be performed at the three JBSA QRP Recycling Centers during normal duty hours (Monday-Friday, 7:30 a.m. to 3:30 p.m., excluding Federal Holidays).
Response Requirements
Interested vendors are requested to provide the following information:
- Company Information: Including small business status and any applicable socio-economic concerns (e.g., HUBZone, Service-Disabled Veteran-Owned Small Business, Women-Owned Small Business).
- Capability Statement: A brochure or statement detailing the organization's ability, qualifications, and current/past experience with similar services (not to exceed 5 pages).
- Questions: Any questions based on the draft SOW and draft price list (not to exceed 2 pages).
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: March 20, 2026, 11:00 AM CDT
- Published: February 17, 2026
- Submission: Responses must be in MS Word or Adobe PDF format and emailed to Erika Turner (Erika.Turner.1@us.af.mil).
Additional Notes
This is for market research only and does not constitute a solicitation, a Request for Quotation (RFQ), or a promise to issue an RFQ in the future. A contract will not be awarded based on responses to this notice. Respondents will not be notified of results, and no evaluation letters will be issued. Proprietary information should be clearly identified. Contractor personnel will require base access and must comply with JBSA regulations, including criminal history checks and vehicle requirements.