Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense is seeking information for equipment support services, including maintenance, repair, and corrosion prevention for naval assets within the contiguous United States. This Sources Sought notice aims to assess contractor capabilities for potential future contracts. Interested parties are encouraged to respond with relevant information.
Equipment Support Services (EES) Contiguous United States (CONUS)
Request for Information (RFI)
Naval Facilities Engineering Systems Command (NAVFAC) Engineering and Expeditionary Warfare Center (EXWC)
Equipment Support Services (EES) Contiguous United States (CONUS)
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 an equipment support services contract within the contiguous United States (CONUS). EXWC is conducting market research to determine the range of available contractors and assess their capabilities to support the Navy’s Maintenance, Repair, and Corrosion Prevention and Control (abatement and repair) requirements located within CONUS. This includes inspections, maintenance, refurbishment, repair, overhaul, upgrade, modernization, modification, corrosion prevention, and corrosion control.
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 at the Contractor’s facility within 250-miles of the point of origin, listed below, and maintenance on-site at the below listed locations.
Inspection Services include:
Maintenance Services Include:
Refurbishment, Repair, and Overhaul services include:
Corrosion Prevention and Control (abatement and repair) services include:
Upgrade, Modernization, and Modification Services include:
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, this potentially will be for all ‘Naval Expeditionary Equipment Assets’ located CONUS.
Equipment Range. The following list is intended to provide a small sample of Naval Expeditionary Equipment Assets that may be included; it is not intended to be an all-inclusive list. The exact make, model, and type will change over time based on the needs of the Navy. Naval Expeditionary Equipment Assets fall into the following categories: Civil Engineering Support Equipment (CESE), Civil Engineer End Items (CEEI), Material Handling Equipment (MHE), Weight Handling Equipment (WHE), support vehicles, Containerized Base Camp Facilities, and small boats.
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
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 15 January 2026 and reference: Equipment Support Services (EES) Contiguous United States (CONUS)
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 Ryley Fages, ryley.j.fages.civ@us.navy.mil and Crystal Brooks, crystal.s.brooks2.civ@us.navy.mil . Please submit all written questions by email to Ryley Fages and Crystal Brooks. No phone or email solicitations with regards to the status of any subsequent RFP will be accepted prior to its release.
EQUIPMENT MAINTENANCE, REPAIR, CORROSION PREVENTION AND CONTROL IN THE CONTIGUOUS UNITED STATES is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.