Fitness Equipment Maintenance & 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 Naval Special Warfare Command, under the US Special Operations Command (USSOCOM), is soliciting proposals for Fitness Equipment Maintenance & Repair services. This is an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a Firm Fixed Price (FFP) arrangement, set aside for Total Small Businesses. Services will be performed at the Naval Special Warfare Center in San Diego, CA. Proposals are due by April 21, 2026, at 09:00 AM EST.
Scope of Work
The contractor will provide personnel, tools, parts, and supervision for preventative maintenance and repairs of fitness equipment. This includes inspecting, testing, lubricating, calibrating, adjusting, internal cleaning, and upholstery repairs, all adhering to Original Equipment Manufacturer (OEM) recommendations. Services encompass quarterly preventative maintenance and unscheduled service calls. "Over and Above" repairs, outside the scope of routine maintenance, will be negotiated via individual task orders. The place of performance is the Naval Special Warfare Center, 2446 Trident Way, San Diego, CA 92155-5599.
Contract Details
- Type: Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Price (FFP).
- Period of Performance: A five-year ordering period from May 27, 2026, to May 26, 2031, with options to extend the term up to a total of 66 months.
- Value: Minimum contract value of $1,000.00; maximum contract value of $100,000.00.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with a $12.5 million size standard.
- Wage Determination: U.S. Department of Labor Wage Determination No. 2015-5635, Revision No. 29, applies, establishing minimum wage rates and fringe benefits (e.g., $5.55/hour Health & Welfare).
- Attachments: Key attachments include the Performance Work Statement (PWS), Price and Equipment List, and the DOL Wage Determination.
Submission & Evaluation
- Offer Due Date: April 21, 2026, at 09:00 AM EST.
- Questions Due: April 14, 2026, at 12:00 PM EST.
- Submission Method: Quotes and questions must be sent via email to Kelly L. McNeill at kelly.mcneill@socom.mil.
- Evaluation: Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Technical capability will be rated Acceptable/Unacceptable based on meeting PWS requirements, and price will be evaluated for reasonableness.
- Important Clarification: Bidders are instructed to provide unit pricing for quarterly services, rather than an annual price covering all four quarters.
Special Requirements
Contractor personnel must be U.S. citizens and obtain necessary access to military installations. The contractor is also responsible for establishing safeguards for Government data and fulfilling Contractor Manpower Reporting requirements via sam.gov.