Bid Date: 2025-09-05

Project Description:
Request for Information (RFI)

Naval Facilities Engineering Systems Command (NAVFAC) Engineering and Expeditionary Warfare Center (EXWC)

Equipment Maintenance, Repair and Corrosion Control Contract at Naval Base Guam

This RFI is issued solely for the purposes of obtaining information not readily available to the Government for planning purposes, in accordance with FAR 15.201(e). It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP for any specific supplies or services in the future. Furthermore, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.

All interested parties (small, medium, and large businesses concerns) are invited to submit a response. In addition to the information requested by the Government, interested parties are encouraged to provide any other information they deem relevant.

The Naval Facilities Engineering Systems Command (NAVFAC) Engineering and Expeditionary Warfare Center (EXWC) has a potential requirement to establish and support equipment maintenance, repair and corrosion control (abatement and repair) contract at Naval Base Guam, Guam (NBG), or various locations on and off NBG. EXWC is conducting market research to determine the range of available contractors and assess their capabilities to support the Navy’s equipment maintenance, repair and corrosion control contract on Guam; which would include: inspections, maintenance, repairs, upgrades, modernization, modifications, corrosion abatement, and corrosion repair provided to support of the naval construction equipment and support vehicles that have deteriorated (to various degrees) into a defective, damaged, or inferior condition.

The Government plans to award the Contracted Equipment Maintenance, Repair and Corrosion Control Contract under one of the following NAICS Codes: 811310: Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance

The Government intends to allow award of fixed-price task orders under this IDIQ contract.

The period of performance or delivery dates for task orders will be determined at the individual task order level.

Overview of Potential Work Scope

▪︎ Location of Work. If implemented, it is anticipated at this time that the work would be performed on Naval Base Guam. Although subject to change, the following provides an overview of the current location strategy.

Maintenance and Repair Services Include:

1. Annual Safety Inspections (AVSI)
2. Perform Pre-Operational Checks
3. Services in accordance with Manufacturers recommended specifications
4. Troubleshoot automotive and equipment mechanical and electrical issues
5. Cycling of Equipment
6. Load testing of generators
7. Replacement of tires
8. Shipping Container (ISO/ISU) Repair
9. Vehicle and equipment restoration
10. Diesel and Gasoline engine repair
11. Transmission and drive train repair
12. Repair and/or replacement of automotive and equipment mechanical and electrical parts/devices
13. Replacement of Body components.
14. Ability to source original equipment manufacturer parts; and if required, aftermarket equivalents, rebuilt, or used suitable substitutes

Upgrade, Modernization, and Modification Services

▪︎ Modernization of antiquated components and/or replacement of obsolete components.

Corrosion Control (Abatement and Repair) Services. Intent is to prevent, lessen and stop the spread of corrosion. Services shall be performed at the Contractor’s facility or, if available, a Government-owned facility on NBG.

1. Minor Corrosion Removal
2. b. Surface Preparation (i.e. cleaning, washing, steam cleaning, sanding (hand and power), abrasive blasting with various medias)
3. Application of Primer (e.g. zinc rich, Chemical Agent Resistant Coating (CARC)and non-CARC)
4. Spot painting
5. Application of base coat and topcoat (CARC and non-CARC)
6. Application of equipment undercoat
7. Application of rust inhibitor and Corrosion Prevention Compounds (CPCs)
8. Removal and installation of bed liner material; etc.

The Contractor must inherently comply with all applicable Military, Federal, and Commercial standards (to include NAVFAC Publications and International Mandatory Compliance References) during the performance of these services.

Size of Scope. If implemented, the Contractor would be responsible for inspections, maintenance, and repair of naval construction equipment and support vehicles. Currently there are approximately 600 individual pieces of Naval Construction equipment and support vehicles assigned to Naval Expeditionary Forces that potentially could be supported by the maintenance, repair and corrosion program.

Equipment Range. The following list is intended to provide a small sample of naval construction equipment and support vehicles that may be included in the maintenance, repair and corrosion program; it is not intended to be an all-inclusive list. Naval construction equipment is composed of a mixture of Civil Engineering Support Equipment (CESE), Material Handling Equipment (MHE), Weight Handling Equipment (WHE), a variety of support equipment. The exact make-up of equipment (i.e. make, model, and type) will change over time based on the needs of the Navy.

(1) Automotive vehicles (e.g. trucks, truck tractors, buses, etc.)

(2) Heavy and light construction equipment (includes motorized and non-motorized equipment)

(3) Material handling equipment (e.g. forklifts, tele-handlers, container handlers, etc.)

(4) Weight handling equipment (i.e. cranes)

(5) Specialized construction support equipment (e.g. light plants, air compressors, portable welders, etc.)

(6) Power Support Equipment (i.e. generators, ECU (Environmental Control Units), portable power panels, etc.)

(7) Trailers (e.g. towable, fifth wheel, etc.)

(8) Shipping Containers (International Standard Organization (ISO) (steel) and Internal Airlift/Helicopter Slingable Unit (ISU) (fiberglass))

(9) Small boats (Non-commissioned vessels) and watercraft

-----------------------------------------------------------------------------------------------------------------------------------------------------------

The Government will not award a contract on the basis of this RFI and will not reimburse or otherwise pay for any information received. This RFI is issued for the purpose of encouraging communication and exchanges of information between the Government and interested parties. Responses to this request are voluntary and the Government will not pay any direct or indirect costs for any information or materials received in response to this RFI. Information received in response to this RFI may be used to structure future solicitations. If your party chooses to submit any business sensitive, proprietary, or otherwise confidential information, it must be marked as proprietary or restricted data in the response. All responses received may be held for an extended period or destroyed. In no case will any responses to this RFI be returned to the originator or information submitted shared with any other respondents. Respondents will not be notified of the results of the market research, nor will the Government provide feedback to respondents with respect to any information submitted under this RFI.

An award will not be made based on any information or offers received in response to this notice. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the System for Award Management (SAM) at sam.gov website. It is the responsibility of the potential Offerors to monitor those sites for additional information pertaining to this requirement.

Please provide comments or questions regarding the proposed strategic service contract described in this RFI.

One electronically submitted response shall be received no later than 5:00pm Eastern Time on 05 September 2025 and reference: Equipment Maintenance, Repair and Corrosion Control Contract at Naval Base Guam

Submissions should be limited to ten megabytes or less; and in a format compatible with Microsoft Office or Adobe PDF, and include Attachment 1: Corporate Background Information Questionnaire

Interested businesses shall submit responses by email to Jake O. Blas, jake.o.blas.civ@us.navy.mil and Jacob L. Maxion, Jacob.l.maxion.civ@us.navy.mil. Please submit all written questions by email to Jake O. Blas and Jacob L. Maxion. No phone or email solicitations with regards to the status of any subsequent RFP will be accepted prior to its release.

Plans

Specifications

Attachment 1 Corporate Background Information Questionnaire.pdf

Addendums/Amendments