SCBA Preventative and Corrective Maintenance

SOL #: N00244-26-Q-S017Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR SAN DIEGO
SAN DIEGO, CA, 92136, United States

Place of Performance

San Diego, CA

NAICS

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

PSC

Maintenance, Repair And Rebuilding Of Equipment: Fire Fighting, Rescue, And Safety Equipment; And Environmental Protection Equipment And Materials (J042)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 22, 2026
2
Submission Deadline
Jan 28, 2026, 1:00 AM

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 / NAVSUP FLT LOG CTR SAN DIEGO is soliciting proposals for Self-Contained Breathing Apparatus (SCBA) Preventative and Corrective Maintenance for Fire and Emergency Services (F&ES) equipment across Navy Region Southwest (NRSW). This Firm Fixed Price (FFP) contract includes annual certification of SCBA Breathing Air Bottles/Cylinders. The acquisition is Unrestricted, with a HUBZone Price Evaluation Preference. Proposals are due January 27, 2026, at 05:00 PM Local Time.

Scope of Work

The contractor will provide non-personal services for PM and CM of government-owned F&ES SCBA equipment, including SCBA Units, Breathing Air bottles/cylinders, RIT Packs, SKA/SAR Packs, Airline Hoses, Face Masks, and Air Carts. Services require SCOTT qualified technicians, appropriate equipment, supplies, tools, and supervision. All maintenance and certification must adhere to NFPA, manufacturer, NIOSH, AFOSH, and OSHA standards. Key deliverables include an initial performance schedule within 30 days of award and Work Summary Reports within 5 days of completion.

Contract & Timeline

  • Contract Type: Firm Fixed Price (FFP)
  • Duration: Base Year (Feb 2, 2026 - Feb 1, 2027) plus one 12-month Option Year (Feb 2, 2027 - Feb 1, 2028).
  • Estimated Value: $160,000 (based on pricing template for Base Year + Option 1).
  • Set-Aside: Unrestricted, with a Notice of Price Evaluation Preference for HUBZone Small Business Concerns.
  • Proposal Due: January 27, 2026, 05:00 PM Local Time.
  • Published: January 22, 2026.

Evaluation

Award will be made to the responsible offeror whose proposal is most advantageous to the Government, based on an evaluation of Technical Capability, Past Performance, and Price, in descending order of importance. Bidders should note the "OFFEROR’S PAST PERFORMANCE DATA" form (OPPD worksheet.docx) which outlines how past performance will be assessed.

Place of Performance

Services will be performed at multiple Navy installations within NRSW, including San Diego, CA; China Lake, CA; Lemoore, CA; Seal Beach, CA; El Centro, CA; Fallon, NV; and Ventura County, CA.

Additional Notes

Bidders must provide proof of current SCOTT SAFETY SCBA technician certification. The provided pricing template (2.04 Copy of 1.17 ESS+Price+Template.xlsx) is crucial for understanding the expected cost structure and for submitting proposed labor rates and material costs.

People

Points of Contact

Amber HaverstickPRIMARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Jan 22, 2026
SCBA Preventative and Corrective Maintenance | GovScope