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 Fleet Logistics Center Jacksonville (FLCJ), is soliciting proposals for security equipment maintenance services. This opportunity is a Total Small Business Set-Aside and will result in a Firm Fixed Price contract for services primarily at Naval Station Mayport, Florida. Offers are due by April 3, 2026, at 10:00 AM local time.
Scope of Work
The requirement involves performing preventative maintenance (PM) and repairs on specific security equipment. This includes:
- One (1) message board trailer.
- One (1) K9 Hauler S8 trailer.
- One (1) Wacker Neuson LTT6 light tower. Services are required quarterly and must adhere to the provided Statement of Work (SOW), including unlimited technical support, detailed inspection reports, and all necessary parts for repairs. The contractor must also respond to emergency calls within 72 hours. Specific tasks include battery replacement, electrical component maintenance, structural inspections, engine maintenance, and cleaning. Contractor is responsible for providing all tools, equipment, personnel, and proper disposal of hazardous materials. Access to Naval Station Mayport facilities requires Defense Biometric Identification System (DBIDS) credentials and potentially Common Access Cards (CAC) with background investigations.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- Period of Performance: A base year from May 1, 2026, to April 30, 2027, with potential option years extending through April 30, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 811310, with a size standard of $12.5 million.
- Offers Due: April 3, 2026, 10:00 AM local time.
- Anticipated Award Date: April 10, 2026.
- Published Date: March 31, 2026.
Submission & Evaluation
Proposals must be submitted in PDF format, separated into Price Submission and Technical Responsibility volumes. Award will be made using a Lowest Price Technically Acceptable (LPTA) source selection method, evaluating both price and technical capability. Quotes must meet minimum performance requirements to be considered technically acceptable. Failure to provide required documentation may result in a non-responsive quote.
Additional Notes
This contract is subject to the Service Contract Act, and Wage Determination No. 2015-4539, Revision No. 29, applies to Florida counties including Duval (where Mayport is located). Bidders must account for mandated minimum wage rates and fringe benefits, including Health & Welfare rates and requirements under Executive Orders 13706 (Paid Sick Leave) and 13658 (Minimum Wage).