Vehicle Management Services
SOL #: FA441726Q0009Sources Sought
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Air Force
FA4417 1 SOCONS
HURLBURT FIELD, FL, 32544-5810, United States
Place of Performance
Hurlburt Field, FL
NAICS
General Automotive Repair (811111)
PSC
Maintenance, Repair And Rebuilding Of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles (J023)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Dec 1, 2025
2
Last Updated
Jan 26, 2026
3
Response Deadline
Dec 8, 2025, 8:00 PM
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, 1st Special Operations Logistics Readiness Squadron (1 SOLRS) at Hurlburt Field AFB, FL, is soliciting proposals for Vehicle Management Services. This is a Total Small Business Set-Aside for a new services contract covering the management, maintenance, and accountability of the base's government non-leased vehicle fleet. Proposals are due February 24, 2026, at 10:00 AM CST.
Scope of Work
The contractor will provide comprehensive vehicle management services, including:
- Maintenance Services: Performing minor, major, unscheduled, scheduled, and preventive maintenance for the government non-leased vehicle fleet. This includes on-base and local area mobile maintenance, utilizing in-house, contract, and warranty services.
- Fleet Management & Analysis (FM&A): Managing fleet accountability, conducting analysis, overseeing preventative maintenance schedules, and managing the Vehicle Control Program (VCP).
- Record Keeping: Maintaining maintenance records and providing analysis and reports using systems like DPAS and DLA Enterprise External Business Portal (EEBT).
- GSA-Leased Vehicles: Services for GSA-leased vehicles are limited to monitoring and tracking work completed, not direct maintenance.
- Personnel: Providing qualified mechanics (vehicle and firefighting/refueling), FM&A personnel, and a training leader.
Contract Details
- Type: Combined Synopsis/Solicitation (implied Fixed-Price based on CLIN structure).
- Duration: A base period of 12 months plus four option periods.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 811111, with a size standard of $9M.
- Place of Performance: Hurlburt Field AFB, FL, specifically Buildings 90102, 90106, and 90108.
Key Requirements & Clarifications
- This is a new services contract; there is no incumbent. Offerors are responsible for proposing staffing solutions.
- Performance Standards: Includes achieving an 80% monthly average Mission Capable (MC) rate, 85% scheduled maintenance accomplishment, and 98% Green Procurement Program (GPP) accuracy.
- Compliance: Adherence to Department of the Air Force Instructions (DAFIs/AFIs), federal, state, and local laws.
- Labor Categories: Offerors must propose labor categories and staffing sufficient to meet PWS requirements, with personnel qualifications detailed in the PWS.
- Wage Determinations: Bidders must adhere to the minimum wage rates and fringe benefits specified in the Service Contract Act Wage Determination for Okaloosa County, FL.
- Government-Furnished Property/Services: Facilities, office supplies, equipment, materials, and access to ADPE and LAN will be provided as listed in PWS Section 7.
- Amendments: The Q&A document indicates that the solicitation will be amended to correct oversights in Price Instructions and Technical Instructions.
Submission & Evaluation
- Offer Due Date: February 24, 2026, 10:00 AM CST.
- Submission Method: Electronic via email to the specified POCs, in .pdf format.
- Quote Validity: Must be valid through March 31, 2026.
- Evaluation Criteria: Award will be based on Price and Technical Acceptability, using a Lowest Price Technically Acceptable (LPTA) approach. Offerors must propose on all CLINs.
- Questions Due: January 28, 2026, 02:00 PM CST.
- Eligibility: Offerors must have active SAM registration at the time of quote submission and award.
Contact Information
- Primary POC: SSgt Osvaldo Alvarado (osvaldo.alvarado@us.af.mil, 850-884-3156)
- Secondary POC: TSgt Justin Carroll (justin.carroll.4@us.af.mil, 850-884-7685)
People
Points of Contact
SSgt Osvaldo AlvaradoPRIMARY
TSgt Justin CarrollSECONDARY