Shop Equipment Services (TLSC-E)
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 U.S. Army Regional Contracting Office (RCO) Bavaria has issued a solicitation for Shop Equipment Services for the Theater Logistics Support Center - Europe (TLSC-E). This is an indefinite delivery requirements type contract to procure maintenance, repair, and host nation safety inspection services for U.S. Government-owned shop support equipment across various locations in Germany. Offers are due by February 12, 2026, at 09:00 CET.
Scope of Work
The contractor will provide non-personal services including routine maintenance, repairs, and certification safety inspections for a wide range of shop support equipment. This also involves supplying repair parts and preparing detailed repair and maintenance cost estimates. Work may be performed at the contractor's facility or U.S. Government facilities in Grafenwöhr, Vilseck, Hohenfels, and Stuttgart, with specific locations determined per individual work order. An equipment list (Attachment 3) details the assets to be serviced.
Contract & Timeline
- Contract Type: Indefinite Delivery Requirements Type Contract (IDIQ) for commercial products and services.
- Period of Performance: Tentative, established on each order, with a base period potentially from March 23, 2026, to March 22, 2027, and options extending through March 22, 2029.
- Set-Aside: Unrestricted.
- NAICS Code: 811310.
- Product Service Code: J049.
- Offer Due Date: February 12, 2026, at 09:00 CET.
- Published Date: January 26, 2026.
Evaluation & Submission
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Technical evaluation factors include Certification, Supplier Performance Risk System (SPRS), and Subcontracting Information. Price will be evaluated for fairness and reasonableness. Proposals must be submitted via email to jake.t.goodin.mil@army.mil and usarmy.rheinland-pfalz.409-contr-spt-bde.mbx.rco-bavaria-solicit@army.mil. Offerors must complete the SF1449, relevant FAR/DFARS provisions, and provide a CLIN Price Schedule.
Key Requirements & Notes
A minimum of one Elektrotechniker-Meister (Master Craftsman) must be on staff. The contractor must develop and maintain a Quality Control Plan (QCP) and comply with U.S. and Host Nation safety laws, Anti-Terrorism (AT) Level I Training, and OPSEC Training. Foreign entities may need to complete IRS Form W-14. Offerors must be registered in SAM.gov and submit invoices via Wide Area Workflow (WAWF).