Mobile and Stationary Equipment Maintenance
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 Army / ACC-APG Adelphi is soliciting offers for Mobile and Stationary Equipment Maintenance services for the U.S. Army Research Laboratory (ARL) at Aberdeen Proving Ground, MD, and surrounding facilities. This is a Full and Open Competition for a combined synopsis/solicitation (W911QX26QA021). Offers are due by March 25, 2026.
Scope of Work
The contractor will provide on-site maintenance, repair, and inspection services for ARL-owned mobile and stationary equipment. This includes furnishing all labor, service vehicles, tools, diagnostic equipment, supplies, and parts for:
- Scheduled on-site lift/load inspections.
- Scheduled preventive maintenance (PM) in accordance with DA PAM 750-1 and ARL Modified DA Form 2404.
- Standard and emergency repair services.
- Technical inspection and render safe services. Services will be performed at ARL facilities in Aberdeen Proving Ground (APG), Adelphi Laboratory Center (ALC), and Graces Quarters, Maryland. Key personnel, including a Lead Mechanic and supporting mechanic, must be on-site during normal duty hours, be U.S. citizens, English proficient, and possess specific experience and certifications (e.g., NCCCO, OSHA).
Contract Details
- Contract Type: Firm Fixed Price (FFP) for services and data; Time & Materials (T&M) for parts and materials.
- Period of Performance: A base period of 12 months, with two (2) one-year option periods, for a total potential duration of 3 years.
- Estimated Value: The estimated T&M cost for parts and materials is approximately $1 million over 3 years.
- Set-Aside: Full and Open Competition.
- NAICS Code: 811310 (Mobile and Stationary Equipment Maintenance), with a small business size standard of $12.5 million.
Evaluation Criteria
Offers will be evaluated using a comparative evaluation process, comparing all received offers to determine the most advantageous award for the Government. All evaluation factors will be weighted equally:
- Price: Total proposed price, with potential price realism analysis for excessively low offers.
- Technical Acceptability: Assessment of whether the proposed product/service meets performance characteristics and specifications.
- Past Performance: Rated on an acceptable/unacceptable basis, indicating confidence in the offeror's ability to meet requirements. Only "Acceptable" offerors are eligible for award.
Key Requirements & Compliance
Bidders must comply with various federal regulations and standards, including the Service Contract Act (SCA) wage determination for Maryland, FAR/DFARS clauses related to telecommunications equipment (FAR 52.204-24 & -26), Item Unique Identification (DFARS 252.211-7003), and Wide Area WorkFlow (WAWF) for payment processing. Personnel must complete AT/OPSEC Level I training. The contractor is responsible for cleanup, hazardous material reporting, and assumes risk of loss/damage to Government equipment upon receipt. A minimum 90-day warranty is required for materials and services.
Submission Details
Offers must be submitted via email to myoung.j.kang-jones.civ@army.mil by March 25, 2026, at 3:59 PM EST. Questions are due by March 9, 2026. Offerors must include a completed copy of FAR 52.212-3 (with Alternate I).