Maintenance of Pre Positioned Training Fleet (PTF)
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 Army is soliciting proposals for a non-personal services contract to provide Maintenance of the Pre-Positioned Training Fleet (PTF) equipment set at Hohenfels and Grafenwoehr, Germany. This is an Unrestricted acquisition, issued as a revised solicitation (W912PB26RA0260002) following a protest. The contract requires comprehensive field-level maintenance and administrative support for a diverse fleet of tactical and non-tactical vehicles and equipment. Proposals are due March 25, 2026, at 11:00 AM CET.
Scope of Work
The contractor will provide field-level maintenance and administrative support for the PTF equipment, including tactical vehicles (Humvee, LMTV, Fueler, JLTV, MRAP), construction equipment, non-tactical vehicles, forklifts, military trailers, and various support equipment. This includes planning, programming, administering, managing, and executing all necessary functions such as material requisitioning, quality control, and record-keeping. The scope also covers pass-back field maintenance for up to 300 tactical vehicles annually (predominantly Humvee and LMTV variants). A key performance standard is maintaining a 90% Operational Readiness (OR) rate (Fully Mission Capable) for the PTF organic fleet, evaluated in the context of scheduled JMRC rotations, and resolving unscheduled maintenance within four hours.
Contract Details
- Contract Type: Requirements Type Contract.
- Period of Performance: A base period of approximately 11.5 months (April 25, 2026, to April 8, 2027), with option periods extending the contract up to April 8, 2029. Individual Task Orders will not exceed 12 months.
- Set-Aside: Unrestricted Acquisition.
- NAICS Code: 811121 (Automotive Repair and Maintenance).
- Product Service Code (PSC): J023.
- Government Furnished Property (GFP): The contractor will be responsible for managing GFP, with detailed lists provided. The Government will replace GFP tools if existing ones cannot be transferred.
Submission & Evaluation
- Offer Due Date: March 25, 2026, 11:00 AM CET.
- Submission Method: Proposals must be submitted electronically via email. A 10 MB size restriction applies to email attachments. FAX submissions are not accepted.
- Evaluation: Award will be made on a Lowest Price Technically Acceptable (LPTA) basis.
- Evaluation Factors: Technical (Property Management Plan, Offeror's Experience within the last five years, Subcontracting), Supplier Performance Risk System (SPRS), and Price.
- Proposal Requirements: Offerors must have an active SAM registration, complete SF1449, sign all amendments, provide a CLIN price schedule (using Attachment 2), technical data, representations and certifications, and IRS Form W-14. Proposals must be in U.S. Dollars, fully loaded. The contractor assumes all currency exchange rate risk during contract performance.
Amendments & Notes
This solicitation has been amended to answer industry questions, clarifying details on currency exchange risk, equipment readiness, and pass-back maintenance. Amendment 2 specifically corrected a typographical error in CLIN 0002, changing the quantity from eleven to one. The closing date for proposals remains unchanged. Key personnel (Project Manager and Deputy Project Manager) are required to be available 24/7.