Opportunity

SAM #SP4510-26-Q-1013

Maintenance and Repair Services for Creative Tent FTS 100 Large Area Maintenance Shelters at DLA Disposition Services Pendleton

Buyer

DLA DISPOSITION SERVICES - EBS

Posted

March 25, 2026

Respond By

April 03, 2026

Identifier

SP4510-26-Q-1013

NAICS

561210, 811310

The Defense Logistics Agency (DLA) Disposition Services is seeking qualified vendors to provide inspection, maintenance, and repair services for three Large Area Maintenance Shelters (LAMS) at DLA Disposition Services Pendleton. - Government Buyer: - Defense Logistics Agency (DLA), Disposition Services, Pendleton office - OEMs and Vendors: - Creative Tent International (manufacturer of FTS 100 LAMS) - XFS Global (previously referenced as an OEM for LAMS) - Products/Services Requested: - Inspection, maintenance, and repair of three Creative Tent FTS 100 Large Area Maintenance Shelters (75' x 60' x 16') - Includes semi-annual inspections, repairs (within 15 days), callback services (within 3 business days), electrical testing, inspection of anchoring units, sandbags, sealing material, doors, electrical components, smoke detectors, and final reporting - Contractor must provide all labor, materials, equipment, and PPE - Unique or Notable Requirements: - Compliance with USMC, CFR, NFPA, and IEEE standards - Work performed during normal business hours, excluding federal holidays - Firm fixed price contract with a 12-month base period and four 12-month option years (up to five years total) - Place of Performance: - DLA Disposition Services Pendleton (Camp Pendleton military base)

Description

THIS IS A Sources Sought Notice ONLY.  The U.S. Government currently intends to award a contract for the maintenance / repair of three (3) XFS Global Large Area Maintenance Shelters (LAMS) 75’ long x 60’ wide x 16’ high, located at DLA Disposition Services Pendleton.  DLA is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. The U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice. 

The proposed Firm Fixed Price contract aims to maintain XFS Global LAMS. The LAMS shall be inspected, and any repairs needed completed. Attached is the draft Performance Work Statement (PWS).

This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.  This notice does not commit the U.S. Government to contract for any supply or service.  Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.  The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.  Submittals will not be returned to the responder.  A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.  However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry.  It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.  The NAICS code is: 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a Small Business Size Standard of $12,500,000.00.

In response to this sources sought, please provide:

1. Name of the firm, point of contact, phone number, email address, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business, SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.).

2. Identify if your firm is interested in competing for this requirement as a prime contractor.  Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. If subcontracting, confirm that your firm can meet the Limitations on Subcontracting under FAR 52.219-14.

3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (including size, scope, complexity, timeframe, government or commercial, manufacture of LAMS tent maintained), pertinent certifications, etc., that will facilitate making a capability determination.

4. Recommendations to improve the DLA Disposition Services approach/specifications/draft PWS/PRS to acquiring the identified services.

Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contracting Officer, Matthew Wonch, in either Microsoft Word or Portable Document Format (PDF), via email: matthew.wonch@dla.mil

No phone calls will be accepted.

All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

View original listing

Get AI summaries, saved searches, and real-time alerts for new opportunities. Sign up free · Sign in