Maintenance & Marshalling Services - White Sands NM

Agency: GENERAL SERVICES ADMINISTRATION
State: New Mexico
Type of Government: Federal
FSC Category:
  • R - Professional, Administrative and Management Support Services
NAICS Category:
  • 811111 - General Automotive Repair
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Jun 6, 2025
Due Date: Jul 14, 2025
Solicitation No: 47QMCA25Q0035
Original Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Maintenance & Marshalling Services - White Sands NM
Active
Contract Opportunity
Notice ID
47QMCA25Q0035
Related Notice
47QMCA25N0033
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
FEDERAL ACQUISITION SERVICE
Office
GSA/FAS AUTOMOTIVE CENTER
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jun 06, 2025 02:20 pm EDT
  • Original Date Offers Due: Jul 14, 2025 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 29, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: R610 - SUPPORT- ADMINISTRATIVE:- PERSONAL PROPERTY MANAGEMENT
  • NAICS Code:
    • 811111 - General Automotive Repair
  • Place of Performance:
    White Sands Missile Range , NM 88002
    USA
Description

Combined Synopsis/Solicitation

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6/13.303, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations

are being requested, and a written solicitation will not be issued. The solicitation number is 47QMCA25Q0035, a request for quote (RFQ).



The Government intends to establish up a single Blanket Purchase Agreement (BPA) for on-site maintenance and marshalling services at White Sands Missile Range, NM in support of the General Services Administration’s Fleet Program Office. This effort

encompasses receipt, inspection, preparation, assignment/termination of new, exchange, or reassignment for Government owned or leased vehicles as well as routine maintenance/repair services. The BPA will be effective for 60 months.



This solicitation is 100% set-aside for small business under NAICS 811111. The small business size standard is $9M.



The Service Contract Act does apply and the following DOL Wage Determination applies to the established BPA; 2015-5455 REV 27.



The annual estimate for the number of vehicles to be marshalled is 170 and the annual estimate for the value of maintenance/repair services is approximately $1,000,000.



The specific work requirements are detailed within the attached Statement of Works (SOW).



Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the beta.SAM.gov website at https://beta.sam.gov/ . This office will not issue hard copy solicitations.



By submitting a quotation, the offeror:

1) Self-certifies that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency; and

2) Acknowledges the Federal Acquisition Regulation (FAR) 52.204-7 requirement to be registered in SAM prior submitting an offer. Information about SAM may be found at https://www.sam.gov.



This Solicitation is comprised of:

I. STATEMENT OF WORK

II. FORMAT AND SUBMISSION OF PROPOSAL

III. BASIS OF AWARD

IV. CLAUSES and BPA TEMPLATE

V. ADDITIONAL INFORMATION FOR OFFERORS

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~

I. STATEMENT OF WORK

See the following attached Statement of Works: Maintenance and Marshalling SOW

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~

II. FORMAT AND SUBMISSION OF PROPOSAL



Part A. Vendor Response Document

 The offeror must complete and return the attached Vendor Response Document with its quotation.

 FAR 52.212-3 Offerors Representations and Certifications-Commercial items (May 2024) is attached as referenced in the Vendor Response Document.

 Corporate Experience Narrative (Limit 3 pages). The offeror must provide a narrative describing its corporate experience on projects during the past three years that are relevant in terms of size, scope and complexity of the work described in the Statement of Work. This narrative must include detail such as methodology employed, results achieved, geographic location and types and

annual volume of vehicles marshalled and maintenance performed.



Part B. WSMR Price List. NOTE: The offeror must provide a price for all line items using the attached Price Lists in Microsoft Excel format.



Part C. List of proposed personnel with copies of ASE or equivalent certifications

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~

All questions or clarifications, referencing this submittal and SOW must be submitted to via email to allison.wiede-brown@gsa.gov with the subject line “QUESTIONS FOR 47QMCA25Q0035”. Questions must be submitted by no later than Monday, June 30,

2025, 5 PM Eastern. Hard copy or faxed questions will not be accepted. Answers to questions will be posted as an amendment to the beta.SAM solicitation.



The deadline for receipt of quotes is Monday, July 14, 2025, 5 PM Eastern. All documents required for submission must be sent via email to allison.wiedebrown@gsa.gov with the subject line “QUOTE FOR 47QMCA25Q0035”.

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~

Pre-Quotation Conference Information:

A pre-quotation conference is scheduled for Wednesday, June 25, 2025, 2:30 pm Eastern Standard time. All prospective contractors are encouraged to attend. The prequotation conference will be held via google meet. You must RSVP by Tuesday, June

24, 12:00 pm Eastern Standard time. RSVPs must include the name, title and email addresses of attendees. Once you RSVP, a meeting invitation will be sent to the email addresses listed on the RSVP.

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~

III. BASIS OF AWARD

A single BPA will be issued on the basis of best value to the Government considering corporate experience, past performance, and price.



The Offeror will be evaluated on its corporate experience within the past 5 years working on projects or contracts that are similar in scope, size and complexity of the work being solicited for in this procurement. The purpose of corporate experience evaluation is to

familiarize the Government with the Offeror’s corporate level experience in order to assess the Government’s confidence in the Offeror’s ability to successfully perform the work required.



The Offeror will be evaluated on its past performance whether it has consistently delivered quality services in a timely manner on current and past projects/contracts. The purpose of past performance is to determine how well the Offeror has performed on

similar projects/contracts in order to assess the Government’s confidence in the Offeror’s probable ability to successfully perform on this requirement.





The Government may use additional past performance data gathered from a wide variety of sources both inside and outside the Federal Government such as one or more of the following:

 The contracting officer’s knowledge of and previous experience with the service being acquired;

 Customer surveys, and past performance questionnaire replies;

 The Government-wide Past Performance Information Retrieval System (PPIRS)

at www.ppirs.gov; and

 Any other reasonable basis.



Prices offered must be determined by the Government to be fair and reasonable.



Responsibility determinations will precede issuance of the BPA and will be conducted in accordance with FAR 9.104.

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~

IV. CLAUSES and BPA TEMPLATE

See attached clauses which will be applicable to this BPA.



See attached BPA Template which includes applicable terms and conditions.

~~~~~~~~~~~~~~~~~~~~~~~~~~~~

V. ADDITIONAL INFORMATION FOR OFFERORS

Since this is a competitive requirement, please do not telephone with questions but email them. Email is the preferred method of communication; if you do not receive a confirmation response then your question was not received. Inquiries must be emailed

as directed in Section II Format and Submission of Proposal.





Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.



Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly re-procurements.

~~~~~~~~~~~~~~~~~~~~~~~~~~~~


Attachments/Links
Contact Information
Contracting Office Address
  • 1800 F STREET, NW
  • WASHINGTON , DC 20405
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Jul 1, 2025[Combined Synopsis/Solicitation (Updated)] Maintenance & Marshalling Services - White Sands NM
Jul 10, 2025[Combined Synopsis/Solicitation (Updated)] Maintenance & Marshalling Services - White Sands NM
* Disclaimer: This website provides information about bids, requests for proposals (RFPs), or requests for qualifications (RFQs) for convenience only and does not serve as an official public notice. Individuals who wish to respond to or inquire about bids, RFPs, or RFQs should contact the relevant government department directly.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Crownpoint Healthcare Facility, Hospital Consumer Assessment and Hospital Provider System survey (HCAHPS)

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Bid Due: 12/01/2025

Bid or RFP Bid/RFP Number and Addendums Bid Name Due Date/Time Contact RFP

Albuquerque Public Schools

Bid Due: 8/05/2025

Follow Maintenance & Marshalling Services - White Sands NM Active Contract Opportunity Notice

GENERAL SERVICES ADMINISTRATION

Bid Due: 7/21/2025

Project: Group Benefits Consultant Ref. #: RFP-2025-668-HRM-CG Type: RFP Status: Open Open Date:

City of Albuquerque

Bid Due: 8/09/2025