Utility Task Vehicles Maintenance and Repair
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 Air Force is conducting market research via a Sources Sought notice for Utility Task Vehicles (UTV) Maintenance and Repair at Edwards Air Force Base, California. This effort aims to identify qualified Total Small Business firms capable of providing routine and reactive maintenance for John Deere Gators and Honda Pioneer Polaris vehicles. Responses are due by February 18, 2026.
Purpose
This Sources Sought is for market research purposes only to determine if any Small Businesses can meet the Government's need for UTV maintenance and repair as outlined in the attached Draft Performance Work Statement (PWS). It also seeks to gauge interest from Small Businesses in competing for a future award. This is not a request for proposals or quotes.
Scope of Work
The Draft PWS details requirements for annual maintenance and reactive services for up to 22 John Deere Gators and 3 Honda Pioneer Polaris vehicles. Services include:
- Scheduled Services (CLIN0001): Routine maintenance intervals as defined by manufacturer manuals, including fluid checks, lubrication, brake inspection, oil/filter changes, radiator cleaning, battery inspection, and hardware tightening.
- Reactive Services (CLIN0002): "Over & Above" repairs not covered by annual maintenance, limited to $30,000 per year, with specific approval processes for requests over $2,500.
Period & Place of Performance
- Place of Performance: Edwards Air Force Base, California (within specified buildings/complexes). Services may be performed on-site or at a predetermined location.
- Anticipated Period of Performance: A base period from July 23, 2026, to July 22, 2027, followed by four one-year option periods, extending through July 22, 2031.
Key Requirements
Contractor personnel must possess current certifications and licenses, ensuring adequate training, skills, and knowledge. Compliance with OSHA, federal, state, and local laws is mandatory. Other requirements include providing personal safety equipment, undergoing background checks, adhering to base access procedures, obtaining environmental permits, and maintaining necessary insurance as per FAR part 28.3.
Contract & Timeline
- Contract Opportunity Type: Sources Sought
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: February 18, 2026, at 01:00 AM PST
- Published Date: February 5, 2026
Additional Notes
This is a draft PWS and is subject to change. Early submission of capability statements is encouraged due to the federal holiday weekend.