Fitness Center Preventative 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 Bureau of Engraving and Printing (BEP), under the Department of the Treasury, has issued a Combined Synopsis/Solicitation for Fitness Center Preventative Maintenance and Repair services. This opportunity is a Total Small Business Set-Aside (FAR 19.5) and seeks a contractor to provide non-personnel services for the BEP fitness center in Washington, D.C. The previous contract number was 2031ZA20C00529. Quotes are due by March 24, 2026, at 2:00 PM ET.
Scope of Work
The contractor will provide all labor, equipment, parts, and tools for both quarterly preventative maintenance and on-demand repair/replacement of fitness center exercise equipment. Key performance standards include:
- An initial equipment assessment visit within three weeks of contract award.
- Responding to service calls within twenty-four (24) hours.
- Submitting detailed repair quotes to the Contracting Officer's Representative (COR) for parts replacement before proceeding, ensuring costs do not exceed replacement value.
- Notifying the COR within eight hours if equipment is inoperative for more than 24 hours or deemed unrepairable.
- Providing a functionality report within 48 hours after each maintenance service.
Contract Details
This is a hybrid contract, utilizing Firm-Fixed Price (FFP) for preventative maintenance and Time and Materials (T&M) for repair and replacement parts. The period of performance includes a base year from April 1, 2026, to March 31, 2027, followed by two 12-month option years, extending through March 31, 2029. There is also a potential six-month extension. The total potential contract ceiling value, if fully exercised, is $58,728.00. Parking for contractor personnel is requested but not guaranteed.
Submission & Evaluation
Quotes must be submitted via email by March 24, 2026, at 2:00 PM ET to the Contracting Officer. Faxed or hand-delivered quotes will not be accepted. Quotes must be organized into three volumes: Technical Capability, Past Performance, and Price.
- Technical Capability: Must include an initial staffing plan detailing the proposed labor mix, prime and subcontractor roles, and a certification that the small business prime will perform at least 51% of the contract cost for personnel.
- Past Performance: Offerors must send the provided Past Performance Questionnaire (Attachment 5) to at least three relevant references. Assessors must email completed questionnaires to ashley.johns@bep.gov by March 24, 2026, 12:00 PM EST.
- Price: Bidders must complete the Pricing Sheet (Attachment 6). T&M CLINs are not adjustable by the quoter; only the fully burdened hourly rate is requested. Offers will be evaluated based on Technical Capability, Past Performance, and Price, with the Government performing a comparative evaluation and tradeoff to determine the best value. Quoters must agree to hold prices firm for 90 calendar days. Compliance with the Service Contract Act Wage Determination (Attachment 3) is mandatory. A Quality Control Plan (QCP) is required within 30 business days of award, and monthly workforce reports will be required post-award.
Contact Information
For inquiries, contact Ashley Johns at ashley.johns@bep.gov. Questions were due by March 18, 2026.