TRAILER REPAIR/REFURBISHMENT

SOL #: H9224026QE031Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Us Special Operations Command (Ussocom)
NAVAL SPECIAL WARFARE COMMAND
SAN DIEGO, CA, 92155-5583, United States

Place of Performance

San Diego, CA

NAICS

Truck Trailer Manufacturing (336212)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles (J023)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 13, 2026
2
Last Updated
Apr 14, 2026
3
Submission Deadline
Apr 28, 2026, 12:00 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 Naval Special Warfare Command, under the US Special Operations Command (USSOCOM), is soliciting proposals for the Repair and Refurbishment of three (3) trailers. This Total Small Business Set-Aside opportunity, identified as a Combined Synopsis/Solicitation, aims to ensure the operational readiness of critical trailer assets. Quotes are due by April 27, 2026, at 05:00 PM Local Time.

Scope of Work

This requirement involves the comprehensive overhaul of three (3) weapons trailers, including repair and correction of all deficiencies to ensure full functionality and safety. The contractor will provide all necessary personnel, management, materials, equipment, and facilities. Key tasks include:

  • Providing and installing detachable taillights.
  • Pick-up and delivery of each trailer from Naval Amphibious Base, Coronado, CA.
  • Removing existing coatings, preparing surfaces, and applying Rhino Lining® or an approved equal product.
  • Preparing trailer floors and applying non-skid material.
  • Repairing trailer leveling jacks and refurbishing/replacing safety chains.
  • Repairing all trailer wheel hubs and rebuilding the trailer hitch and hitch collar.
  • Relocating the license plate holder to the trailer fender.
  • Replacing all tires and wheels (including spares).
  • Performing a diagnostic of each trailer's electrical system and documenting deficiencies.
  • Dismantling, removing, and disposing of all existing, unwanted, or replaced materials. A work report summarizing completed tasks and findings is required upon completion.

Contract Details

  • Contract Type: Firm Fixed Price (FFP).
  • Period of Performance: From the date of award, with completion required by September 18, 2026. Preferred repair dates are April 20 – May 22, 2026, with alternate periods available.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 336212 (Motor Vehicle Body and Trailer Manufacturing).
  • Place of Performance: Work will be performed at the contractor's facility, which must be located within 30 miles of NSWBTC. Pick-up and delivery will be at Naval Amphibious Base, Building #17, Coronado, CA 92118.

Submission & Evaluation

Offerors must submit an all-inclusive, firm-fixed price quote to john.knizner@socom.mil. The submission deadline is April 27, 2026, at 05:00 PM Local Time. Award will be made on a Lowest-Price Technically Acceptable (LPTA) basis. Evaluation will consider acceptable past performance, and quotes will be sorted by price. Offerors must be registered as small businesses under NAICS code 336212 in SAM.gov, and their SAM registration and exclusion list status will be reviewed.

Important Notes

This solicitation incorporates FAR and DFARS clauses by reference. Bidders must also adhere to the Service Contract Act Wage Determination for San Diego County, CA, which outlines minimum wage rates and fringe benefits. Contractors are responsible for obtaining personnel and vehicle access to military installations and complying with all applicable federal, state, and local codes, standards, and regulations (e.g., OSHA, ASTM, IBC, NFPA, ANSI, NEC). A Quality Control Plan (QCP) is required.

People

Points of Contact

John M KniznerPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Apr 14, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Apr 14, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 13, 2026