Security Maintenance
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 Navy, NAVSUP FLT LOG CTR JACKSONVILLE, is soliciting proposals for Security Maintenance Services at Naval Station Mayport, Florida. This Total Small Business Set-Aside opportunity requires preventative maintenance and repair for specific security equipment. Offers are due by April 3, 2026, at 10:00 AM local time.
Scope of Work
The contractor shall perform quarterly preventative maintenance and repair services on the following equipment:
- One (1) Message Board (Trailer)
- One (1) K9 Hauler S8 (Trailer)
- One (1) Wacker Neuson LTT6 Light Tower
Services include battery replacement, solar charging system repair, electrical component inspection, and maintenance of trailer support structures, frames, axles, hubs, bearings, tires, leaf springs, suspension, and seals. For the light tower, engine maintenance (oil, filters), generator inspection, and mast/tower component lubrication are required. The contractor must also respond to emergency calls within 72 hours and provide all necessary parts for repairs. All services must adhere to the Statement of Work (SOW) and state/federal disposal regulations.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: Base year (May 1, 2026 - April 30, 2027) with four (4) option years, extending through April 30, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with a size standard of $12.5 million.
- Published Date: March 31, 2026
- Response Due: April 3, 2026, 10:00 AM local time
Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) source selection method. Quotes will be evaluated on Price and Technical Capability. Offerors must meet minimum performance requirements and provide all required documentation to be considered technically acceptable.
Additional Notes
- A Wage Determination (WD) for Florida counties (Baker, Clay, Duval, Nassau, Saint Johns) is included, dictating minimum wage rates and fringe benefits under the Service Contract Act. Bidders must factor these into their proposals.
- Quotes must be submitted in PDF format, separated by volume (Price Submission and Technical Responsibility).
- Contractors will require a Common Access Card (CAC) for facility access, potentially involving background investigations.
- The solicitation includes various FAR and DFARS clauses relevant to contract administration and payment processing.