Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SOLICITATION NOTICE

J -- OEM Maintenance and Service of CAN-AM UTV's

Notice Date
9/12/2025 10:32:35 AM
 
Notice Type
Solicitation
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
Contracting Office
STRATEGIC WEAPONS FAC PAC FINANCIAL SILVERDALE WA 98315-6499 USA
 
ZIP Code
98315-6499
 
Solicitation Number
N6471025Q4505
 
Response Due
9/19/2025 5:00:00 PM
 
Archive Date
10/04/2025
 
Point of Contact
Tabbatha Austin, Phone: 3605643069, Lacy Campochiaro, Phone: 3605642396
 
E-Mail Address
tabbatha.austin@swfpac.navy.mil, lacy.campochiaro@swfpac.navy.mil
(tabbatha.austin@swfpac.navy.mil, lacy.campochiaro@swfpac.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Preventative and Corrective Maintenance Service for SWFPAC UTV 1. Background/ Justification: Strategic Weapons Facility Pacific (SWFPAC) requires preventative and corrective maintenance services and repair services for (5) Can-Am Utility Task Vehicles (UTV�s) to ensure the safe operation and function of the following vehicles: UTV Year Brand Model Model Code VIN #1 2023 CAN-AM Defender Max Limited Cab HD10 6MPC 3JBUUAX25PK001296 #2 2023 CAN-AM Defender Max Limited Cab HD10 6MPC 3JBUUAX29PK001303 #3 2024 CAN-AM Defender 6x6 Limited 9SRA 3JB6VAX49RK000307 #4 2024 CAN-AM Defender Max Lone Start Cab HD10 6LRA 3JBUUAX20RK000267 #5 2024 CAN-AM Defender Max Lone Start Cab HD10 6LRB 3JBUUAX41RK002112 2. Objectives / Deliverables: UTV #1 � 2023 CAN-AM, Defender Max Limited Cab HD10, Model: 6MPC, VIN: 3JBUUAX25PK001296, current hours/ miles: 62 hrs/ 1002.2 mi Priority maintenance will be conducted per Can-Am original equipment manufacturer (OEM) maintenance recommended guidelines annually, to include: Replace air filter Inspect and clean spark plugs Inspect fuel system for leaks or damage Check front and rear differential fluid levels Inspect CV joints and boots Replace front and rear differential fluids Replace transmission fluid Inspect and repair cooling system hoses and radiator Inspect and repair exhaust system for leaks or damage Torque check and repair all critical fasteners Inspect and replace tires Repair: Battery will not hold a charge, new starter (for the charging system) and regulator replacement. This repair will be required to be completed separate from the OEM maintenance and completed within 90 days of contract award. UTV #2 � 2023 CAN-AM, Defender Max Limited Cab HD10, Model: 6MPC, VIN:3JBUUAX29PK001303, current hours/ miles: 144.8 hrs / 1528 mi Priority maintenance will be conducted per Can-Am original equipment manufacturer (OEM) maintenance recommended guidelines annually, to include: Replace air filter Inspect and clean spark plugs Inspect fuel system for leaks or damage Check front and rear differential fluid levels Inspect CV joints and boots Replace front and rear differential fluids Replace transmission fluid Inspect and repair cooling system hoses and radiator Inspect and repair exhaust system for leaks or damage Torque check and repair all critical fasteners Inspect and replace tires Incidental Repair: No repair required. UTV #3� 2024 CAN-AM, Defender 6x6 Limited, Model: 9SRA, VIN: 3JB6VAX49RK000307, current hours/miles: 35.1 hrs / 392.7 mi Priority maintenance will be conducted per Can-Am original equipment manufacturer (OEM) maintenance recommended guidelines annually, to include: Replace air filter Inspect and clean spark plugs Inspect fuel system for leaks or damage Check front and rear differential fluid levels Inspect CV joints and boots Replace front and rear differential fluids Replace transmission fluid Inspect and repair cooling system hoses and radiator Inspect and repair exhaust system for leaks or damage Torque check and repair all critical fasteners Inspect and replace tires Incidental Repair: No repair required. UTV #4 � CAN-AM, Defender Max Lone Start Cab HD10, Model: 6LRA, VIN: 3JBUUAX20RK000267, current hours/ miles: 31.2 hrs / 584.4 mi Priority maintenance will be conducted per Can-Am original equipment manufacturer (OEM) maintenance recommended guidelines annually, to include: Replace air filter Inspect and clean spark plugs Inspect fuel system for leaks or damage Check front and rear differential fluid levels Inspect CV joints and boots Replace front and rear differential fluids Replace transmission fluid Inspect and repair cooling system hoses and radiator Inspect and repair exhaust system for leaks or damage Torque check and repair all critical fasteners Inspect and replace tires Incidental Repair: battery will not hold a charge, new starter (for the charging system) and regulator replacement. This repair will be required to be completed separate from the OEM maintenance and completed within 90 days of contract award. UTV #5 � 2024 CAN-AM, 2024 Defender Max Lone Start Cab HD10, Model: 6LRB, VIN: 3JBUUAX41RK002112, current hours/ miles: 20 hrs/ 305.9 mi Priority maintenance will be conducted per Can-Am original equipment manufacturer (OEM) maintenance recommended guidelines annually, to include: Replace air filter Inspect and clean spark plugs Inspect fuel system for leaks or damage Check front and rear differential fluid levels Inspect CV joints and boots Replace front and rear differential fluids Replace transmission fluid Inspect and repair cooling system hoses and radiator Inspect and repair exhaust system for leaks or damage Torque check and repair all critical fasteners Inspect and replace tires Incidental Repair: Seal failure near the mirror, excess water comes through during inclement weather. This repair will be required to be completed separate from the OEM maintenance and completed within 90 days of contract award. 3. Requirements: The Contractor shall furnish all supplies, equipment, facilities, and services required to perform work under this contract. The contractor is required to travel between the contractor facility and the SWFPAC facility for pick-up UTV�s prior to service, and return of UTV�s when service is completed. The contractor shall provide equipment (i.e. vehicles) required for the safe transportation of UTVs to and from SWFPAC. UTVs shall be returned to SWFPAC within 3 business days upon completion of service, at the following address: - Naval Base Kitsap- Bangor, 6403 Skipjack Circle, Silverdale WA 98315 Note: Driver may be escorted to a follow-on location located on Naval Base Kitsap-Bangor upon arrival for pick-up and/or delivery of the UTV�s. 4. Period of Performance: The period of performance shall be one (1) base year of 12-months and two (2) 12-month option years which may be exercised at the Government�s discretion . OEM maintenance services must start within 30 calendar days after receipt of contract award. Maintenance will be coordinated with designated government point of contact within 30 days, the schedule for each UTV will be based on last annual preventative maintenance service date and or current hour / miles meter, whichever comes first. 5. Place of Performance: All maintenance work performed under this contract shall be performed at the contractor�s facility. Hours of Operation: The contractor is responsible for ensuring vehicle pick-up and drop-off occurs between the hours of 0700 to 0300, Monday through Friday except Federal holidays or when the government facility is closed. 6. Special Qualifications: The contractor is responsible for ensuring that all employees performing maintenance under this contract are properly trained and qualified to perform Bombardier Recreational Products (BRP) Can-Am UTV maintenance. BRP technicians may have the following qualifications: Have completed and maintains recommended BRP factory training specific to Can-Am UTVs, either through direct instruction or via an authorized BRP dealership; Are currently employed by, or have previously worked for, a BRP-authorized service center with documented experience servicing Can-Am vehicles; Possess verifiable knowledge of BRP service protocols, diagnostic tools, and OEM specifications; Maintain access to current BRP service manuals, technical bulletins, and software updates. Technicians must have access to BRP's proprietary service tools and documentation, including Digital Wrench software and OEM manuals. The Contractor shall provide documentation of technician qualifications upon request, including training certificates, employment history, or letters of verification from BRP-authorized dealers. Security Requirements: Delivery Drivers and or Mechanics are required to bring 2 forms of ID and proof of citizenship. Approved forms of ID: Gov't Issued CAC, Military ID, Enhanced (REAL ID Compliant) Driver�s License, Valid Passport. Approved forms of Citizenship: Birth Certification (original with raised seal), Consular Report of Birth Abroad, Certificate of Naturalization, Enhanced (REAL ID Compliant) Driver�s License, Valid Passport or Passport Card. Installation Access Obtain access to Navy installations through participation in the Defense Biometrics Identification System (DBIDS). Requirements for Contractor employee registration, and transition for employees currently under Navy Commercial Access Control System (NCACS), are available at https://www.cnic.navy.mil/om/dbids.html. No fees are associated with obtaining a DBIDS credential. Participation in the DBIDS is not mandatory, and Contractor personnel may apply for One-Day Passes at the Base Visitor Control Office to access an installation. Registration for DBIDS Registration for DBIDS is available at https://www.cnic.navy.mil/om/dbids.html. Procedure includes: Procedure includes: a. Present a letter or official award document from the Contracting Officer, that provides the purpose for access, to the base Visitor Control Center representative. b. Present valid identification, such as a passport or Real ID Act-compliant state driver's license. c. Provide completed SECNAV FORM 5512/1 to the base Visitor Control Center representative to obtain a background check. This form is available for download at https://www.cnic.navy.mil/om/dbids.html. d. Upon successful completion of the background check, the Government will complete the DBIDS enrollment process, which includes Contractor employee photo, fingerprints, base restriction and several other assessments. e. Upon successful completion of the enrollment process, the Contractor employee will be issued a DBIDS credential, and will be allowed to proceed to worksite. DBIDS Eligibility Requirements Throughout the length of the contract, the Contractor employee must continue to meet background screen standards. Periodic background screenings are conducted to verify continued DBIDS participation and installation access privileges. DBIDS access privileges will be immediately suspended or revoked if at any time a Contractor employee becomes ineligible. An adjudication process may be initiated when a background screen failure results in disqualification from participation in the DBIDS, and Contractor employee does not agree with the reason for disqualification. The Government is the final authority. DBIDS Notification Requirements Immediately report instances of lost or stolen badges to the Contracting Officer. Immediately collect DBIDS credentials and notify the Contracting Officer in writing under the following circumstances: a. An employee has departed the company without having properly returned or surrendered their DBIDS credentials. b. There is a reasonable basis to conclude that an employee, or former employee, might pose a risk, compromise, or threat to the safety or security of the Installation or anyone therein. One-Day Passes Personnel applying for One-Day passes at the Base Visitor Control Office are subject to daily mandatory vehicle inspection, and will have limited access to the installation. The Government is not responsible for any cost or lost time associated with obtaining daily passes or added vehicle inspections incurred by non-participants in the DBIDS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3efb7d95073748de92d3498aa682b26d/view)
 
Place of Performance
Address: Silverdale, WA 98315, USA
Zip Code: 98315
Country: USA
 
Record
SN07588771-F 20250914/250912230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.