Sweeper and Scrubber Preventative 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 Navy, specifically the Marine Corps Base Camp Pendleton, CA, is soliciting proposals for Preventative Maintenance (PM) services for six government-owned sweepers and one scrubber. This Total Small Business Set-Aside opportunity aims to reduce equipment downtime and extend the life of the machinery. The contract will be a Firm Fixed Price (FFP) type, with a potential duration of up to 7 years. Offers are due by May 14, 2026, at 04:00 PM Pacific Time.
Scope of Work
This solicitation requires quarterly PM services for six Tennant sweepers (models 186 and 6100) and one Tennant scrubber (model T7). The PM scope includes thorough inspection, operation of controls, checking/emptying hoppers, inspecting filters, belts, drive motors, and batteries, and replacing worn parts. The contract also authorizes up to three diagnostic trips per year, approved by the Technical Point of Contact (TPOC), to address issues and restore equipment functionality. Over and Above Work for repairs outside standard inspection requirements will be billed under specific CLINs and requires contract modification for authorization and funding.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: Includes options to extend, with a total duration not exceeding 7 years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with a size standard of $12.5 million.
- Offer Due Date: May 14, 2026, at 04:00 PM Pacific Time
- Published Date: May 4, 2026
Submission & Evaluation
Quotes must be submitted via email to Annie Berg (annie.berg@usmc.mil) and Nina Kanoa (nina.kanoa@usmc.mil). Email transmissions larger than 35MB should be split into multiple emails, with attachments limited to 2MB. Mailed, faxed, CD/external media, and hand-carried submissions will not be accepted. Offers will be evaluated based on Technical Capability and Price. The Government reserves the right to award based on initial quotes or conduct discussions.
Additional Notes
Offerors must be registered in the System for Award Management (SAM). All services must be accomplished via a service ticket. The Government Technical Point of Contact (TPOC) is Mr. Steve Elggren.