DDRV Vertical Lift Module Preventative/Corrective Maintenance
ID: SP330025Q0030Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISTRIBUTIONNEW CUMBERLAND, PA, 17070-5008, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)
Timeline
    Description

    The Defense Logistics Agency (DLA) is seeking contractors to provide preventative and corrective maintenance for Modula Vertical Lift Modules (VLMs) at its distribution center in Richmond, Virginia. The procurement involves a hybrid Firm-Fixed-Price and Time and Materials purchase order, covering a base year plus four optional years, with an estimated total value of $74,000. These VLMs are critical for efficient material handling and storage operations within military logistics, ensuring operational readiness and compliance with federal standards. Interested contractors must submit their quotes by March 4, 2025, and direct any inquiries to Morgan Costanzo at morgan.costanzo@dla.mil or Christopher L. Robinson at christopher.robinson@dla.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The government file outlines a Request for Proposal (RFP) by the Defense Logistics Agency (DLA) for the complete repair and maintenance services of Modula VLM automated storage and retrieval systems (ASRS) at their Richmond, VA location. The total estimated value is $74,000, divided into a base period of performance costing $34,000 and optional periods (1 to 4), each priced at $10,000. The services will include annual preventive maintenance, corrective maintenance, and replacement parts, with the contractor reimbursed solely for actual replacement part costs without additional fees. The document specifies equipment quantities, unit prices, and incorporates inflation rates for cost estimations. The variable costs encompass regular and overtime maintenance hours, replacement parts, and travel expenses based on GSA rates. Controlled under CUI regulations, the document emphasizes limited distribution and is intended for federal use. The meticulous detailing of performance requirements and costs highlights the DLA's focus on maintaining essential automated systems efficiently while adhering to regulatory standards.
    This document outlines the personnel security requirements for contractors working with the Defense Logistics Agency (DLA). It specifies that all contractor personnel must undergo a National Agency Check with Written Inquiries (NACI) or its equivalent, along with an FBI fingerprint check before commencing work on federally controlled facilities. The document details three levels of information technology (IT) positions (IT-I, IT-II, IT-III), each requiring different background investigation levels. It also describes the process for accepting previous investigations, outlines required documentation for new personnel clearances, and mandates compliance with information system security policies. If an employee requires classified access and lacks appropriate clearance, the DLA office will notify the contractor for further action. Additionally, procedures for personnel removal, operational training, and out-processing upon contract expiration are also highlighted. Ultimately, these security requirements ensure contractor compliance with federal mandates and maintain the integrity of government operations.
    The document outlines the procedures for contractors to obtain and manage Common Access Cards (CACs) for employees working under a federal contract. To acquire a CAC, contractors must complete the DD Form 1172-2, which requires verification of employee identity. Once submitted, employees will receive account credentials for the Trusted Associate Sponsorship System (TASS) to initiate the CAC issuance at designated RAPIDS offices. Important directives include the secure handling and controlled use of CACs, immediate reporting of lost cards, timely renewal notifications before expiration, and the mandatory return of CACs upon contract completion or employee termination. Contractors are responsible for monthly reporting on CAC issuance and employee status to the Contracting Officer's Representative (COR) or Contracting Officer (KO). The document emphasizes strict compliance with these procedures, detailing possible consequences for non-adherence, such as work stoppages, delayed payments, and negative performance documentation. Overall, these regulations ensure security and accountability in managing government-issued access cards.
    The document outlines a federal request for proposals (RFPs) intended for various projects funded through federal grants and applicable at state and local levels. It emphasizes the necessity for potential applicants to comply with relevant guidelines and regulations specific to the projects. The summary indicates that participants will be evaluated based on predetermined criteria, including technical competency, management ability, and past performance. Furthermore, the document highlights the importance of integrating sustainable practices and innovative solutions into project proposals. It serves as an invitation for organizations to submit their qualifications and demonstrates the government’s commitment to enhancing infrastructure and service delivery through strategic partnerships. The structure of the document includes sections detailing submission requirements, evaluation benchmarks, and compliance expectations, ensuring clarity for potential respondents. This RFP framework ultimately aims to foster competitive bidding, encouraging diverse participation while upholding high standards for accountability and project execution.
    The document does not provide any specific content or data regarding federal government RFPs, grants, or state and local RFPs, as it appears to be an error message related to a PDF viewer displaying issue. As such, there is no identifiable main topic, key ideas, or supporting details to summarize. The context is indicative of technical difficulties rather than substantive governmental information. To engage with the intended content, it is necessary to access the document properly using an updated PDF reader. Without substantive content, a coherent analysis cannot be performed. Therefore, further action would require obtaining the proper file to analyze relevant RFPs and grants.
    The Quality Assurance Surveillance Plan (QASP) outlines the framework for maintaining Automated Storage and Retrieval Systems (ASRS) at DLA Distribution Richmond, Virginia. It establishes a non-personal services contract for preventive and corrective maintenance of Modula VLM equipment, delineating responsibilities of the Contractor, Government personnel, and the quality assurance process. The Contractor is accountable for performance quality, adhering to their Quality Control Plan (QCP) while the Government, through designated roles (Contracting Officer, Acquisition Specialist, Contracting Officer’s Representative, Technical Point of Contact, and Quality Assurance Evaluator), oversees contract compliance and service quality. The QASP details methods for surveillance, including direct observation, inspections, random sampling, and addressing customer complaints, ensuring both conforming and non-conforming results are documented. The plan also mandates procedures for corrective action plans and performance reporting, contributing to contract oversight and continuous improvement of service provision. Overall, the QASP emphasizes structured monitoring, supporting the mission of the Government to maintain effective contractual relationships while ensuring high operational standards through quality assurance practices.
    The Performance Work Statement (PWS) outlines the requirements for a contract focused on the complete repair and maintenance of Automated Storage and Retrieval Systems (ASRS), specifically Modula Vertical Lift Modules (VLMs) at DLA Distribution in Richmond, VA. The contract encompasses a base year of service with four optional years and specifies both scheduled Preventive Maintenance (PM) and unscheduled Corrective Maintenance (CM). Key responsibilities for the contractor include providing all necessary labor, tools, and materials, while adhering to stringent quality assurance measures dictated by the Government, including the submission of a Quality Control Plan (QCP). Contractor personnel must undergo security checks, comply with safety and environmental regulations, and use only OEM-approved parts. Additionally, contractors are responsible for maintaining operational security and safeguarding classified information according to DoD standards. The PWS insists on comprehensive documentation and record-keeping, ensuring all materials remain government property upon contract completion. This contract emphasizes collaboration between the Government and contractor, aiming to enhance operational efficiency and compliance with federal regulations within military logistics support frameworks.
    The document outlines the inventory of Modula Vertical Lift Modules (VLM) at DLA Distribution in Richmond, Virginia. Specifically, it lists two units, both of the ML50D model, along with their respective serial numbers and locations within the facility. The first VLM, serial number MLD173050US, is located in Building 66, By D, as is the second unit, serial number MLD173051US. This inventory is part of a broader context involving federal procurement and equipment management, reflecting the government's efforts to maintain accurate records of its assets to ensure operational efficiency and compliance with procurement guidelines. The succinct listing format emphasizes clarity and accessibility for inventory management purposes.
    The document outlines the preventive maintenance (PM) levels recommended by MODULA INC for machinery operations. It establishes a structured maintenance schedule to ensure the longevity and proper functioning of the machines, detailing four levels of maintenance. Level 1 PM occurs annually or after 15,000 missions, entailing routine inspections and adjustments by certified technicians. Level 2 PM, conducted every 30,000 missions, involves replacing critical components like sprockets and chains. Level 3 PM at 45,000 missions includes replacements of wheel-tubes and external components, while Level 4 PM, occurring every 150,000 missions, mandates comprehensive replacements of major parts such as belts, motors, and cables. This systematic approach emphasizes the importance of regular maintenance intervals and parts replacement as essential for optimal machine performance and longevity, aligning with best practices in government procurement and maintenance management. Ultimately, it illustrates the commitment to operational efficiency and reliability in machinery usage within federal and state contexts.
    The provided document appears to be a technical issue regarding the inability to display its contents due to compatibility problems with the PDF viewer. It suggests upgrading to the latest version of Adobe Reader for optimal viewing and provides links to download the software. Additionally, the document briefly mentions trademarks for Windows, Mac, and Linux operating systems. Since the main content is not accessible, analyzing the central topics related to federal RFPs, grants, or state/local proposals is not possible. However, it indicates a reliance on technical infrastructure to ensure citizens and agencies can properly access important government documents and resources for funding or proposals. This highlights the role of technology in facilitating government operations and improving public access to essential information.
    The document appears to be an initial message related to a government file that is unable to be displayed due to PDF viewer compatibility issues. It provides a link to upgrade to the latest version of Adobe Reader on various systems and includes trademark notices for Windows, Mac, and Linux. Despite this, no substantive information regarding federal government RFPs, grants, or state and local RFPs is presented in the text. The absence of content calls for a summary that acknowledges the limitations of the document, pointing out the lack of details related to any specific proposals, grants, or requests for proposals. Therefore, while the intent may be to inform about technical documents or updates in federal or state allocations, the current version fails to deliver actionable information. Given this context, the document's purpose of facilitating access to government-related files and ensuring users can view these files properly is noted, although it ultimately does not contribute to the body of knowledge pertaining to RFPs or grants. This scenario emphasizes the importance of technological compatibility in accessing vital government documentation.
    As the provided document is inaccessible and only contains a message regarding a viewing error, I am unable to summarize its content or determine main topics and key ideas specifically related to federal grants or RFPs. Without the actual text or details from the document, I cannot fulfill the objectives for analyzing or summarizing its contents as tasked. If an alternative document or the correct content is available, please provide that for an accurate summary analysis.
    The document is a Privacy Act Statement concerning visit notifications to the Defense Logistics Agency (DLA) located at Fort Belvoir, VA. Its primary purpose is to manage access to Department of Defense (DoD) facilities and ensure the security of installations by collecting visitor information, which is enforced under specific legal authorities including Section 21, 50 U.S.C. 781 et seq. and Executive Order 10450. The information gathered serves routine access control and may be shared with General Services Administration Protective Service Personnel. Visitors are required to provide essential personal details, including names, ranks, Social Security Numbers, and clearances, to facilitate entry. The form emphasizes that providing this information is voluntary, but failure to do so may prevent access to the facilities. The DLA Privacy Act System Notice S500.50 DLA-I applies to this process. Overall, the form is structured to gather necessary visitor data and ensure compliance with security protocols, highlighting both the importance of access control and adherence to privacy regulations in federal operations.
    The Defense Logistics Agency (DLA) issued a Combined Synopsis/Solicitation (CSS) for the preventative and corrective maintenance of Vertical Lift Modules (VLMs) at DLA Distribution Richmond, Virginia (Solicitation SP3300-25-Q-0030). The announcement is intended for commercial items, aligning with FAR Subpart 12.6 and 13, and emphasizes that quotes must be submitted by March 4, 2025, with all questions due by February 19, 2025. This contract encompasses a hybrid Firm-Fixed-Price and Time and Materials purchase order, extending over a base year plus four option years, beginning March 17, 2025. Contractors must comply with Federal Acquisition Regulations and are required to register in the System for Award Management (SAM). The solicitation includes a variety of clauses essential for execution, such as service contract standards and guidelines for false claims. The document outlines specific requirements for contractors, points of contact, and compliance with wage determinations. The incorporation of numerous provisions assures adherence to legal and regulatory frameworks while aiming to enhance operational functionality through efficient maintenance services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DDAG Vertical Lift Module Preventative/Corrective Maintenance
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking contractors to provide preventative and corrective maintenance services for Modula Vertical Lift Modules (VLMs) at DLA Distribution in Albany, Georgia. The procurement aims to establish a hybrid Firm-Fixed-Price, time and materials purchase order, ensuring the operational availability and reliability of critical automated storage and retrieval systems. This maintenance is vital for the efficient functioning of military logistics operations, reflecting the importance of maintaining government-owned equipment to support national defense efforts. Interested vendors must submit their quotes by March 3, 2025, and can direct inquiries to Adrienne Hawkins at adrienne.hawkins@dla.mil or Christopher L. Robinson at christopher.robinson@dla.mil.
    DDAA Vertical Lift Module Preventative/Corrective Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for preventative and corrective maintenance services for Modula Vertical Lift Modules (VLMs) at the DLA Distribution facility in Anniston, Alabama. The contract encompasses a base year with four optional years, requiring the contractor to perform scheduled preventive maintenance and on-call corrective maintenance in compliance with Original Equipment Manufacturer (OEM) standards. These services are critical for maintaining the operational efficiency of automated storage and retrieval systems, which support the logistical needs of the DLA. Interested contractors must submit their proposals by March 4, 2025, with questions due by February 27, 2025. For further information, contact Brian Keckler at brian.keckler@dla.mil or call 717-770-8418. The estimated total contract value is $74,000 over multiple years.
    VLM Maintenance for DLA Distribution Oklahoma City, OK (DDOO)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified contractors to provide maintenance services for Modula Vertical Lift Modules (VLMs) at its distribution center in Oklahoma City, Oklahoma. The procurement encompasses both scheduled preventive maintenance and unscheduled corrective maintenance, ensuring the operational availability of the equipment, with contractors required to supply all necessary labor, tools, and materials. This maintenance is critical for the efficient operation of automated storage and retrieval systems within the DLA, emphasizing compliance with security and cybersecurity regulations. Proposals must be submitted by March 10, 2025, with a total estimated budget of $50,000 for the services, and interested parties can contact Allexas R. Kirchgessner at Allexas.Kirchgessner@dla.mil for further information.
    Material Handling Equipment Maintenance Services - DLA Disposition Services North Carolina: Ft. Liberty and Camp Lejeune
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified contractors to provide Material Handling Equipment (MHE) Maintenance Services at Fort Liberty and Camp Lejeune in North Carolina. The procurement involves both preventive and corrective maintenance services for various types of MHE, including forklifts and front-end loaders, to ensure operational efficiency and compliance with safety regulations. This contract is critical for maintaining the readiness of military operations, with a total duration of three years, consisting of a 12-month base period and two optional 12-month extensions. Interested parties must submit their quotes by 3:00 PM EST on March 4, 2025, to Brandon Awkerman at brandon.awkerman@dla.mil, and are encouraged to review the attached Performance Work Statement and Price Schedule for detailed requirements.
    Material Handling Equipment Maintenance Services - DLA Disposition Services Warner Robins
    Buyer not available
    The Defense Logistics Agency (DLA) Disposition Services is seeking qualified contractors to provide Material Handling Equipment (MHE) Maintenance Services at Warner Robins, Georgia. The procurement includes both preventive and corrective maintenance services for various types of MHE, ensuring operational readiness and compliance with federal standards. This contract is vital for supporting military operations and will be structured as a Firm Fixed Price, Time and Material Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a base period of 12 months and two optional 12-month extensions. Interested parties must submit their quotes by email to Brandon Awkerman at brandon.awkerman@dla.mil by 3:00 PM EST on February 19, 2025, with questions due by February 3, 2025.
    39--TWISTLOCK
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of TWISTLOCKs, specifically NSN 3990015003224. The solicitation includes two lines: 26 units for Line 0001 and 360 units for Line 0002, both to be delivered to DLA Distribution Albany within 95 days after order. These materials handling equipment components are crucial for overhead traveling crane and hoist systems, ensuring efficient operations in military logistics. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to DibbsBSM@dla.mil.
    81--COVER MODULAR STORA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 36 units of the COVER MODULAR STORA, identified by NSN 8145015121017. This solicitation is part of a combined synopsis/solicitation process, and the goods are essential for military logistics and storage solutions. Interested vendors are required to submit their quotes electronically, as hard copies will not be provided, and all responsible sources are encouraged to participate. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and quotes must be submitted within the specified timeframe to be considered.
    VALVE ASSEMBLY MANIFOLD
    Buyer not available
    The Defense Logistics Agency (DLA) Land Warren is soliciting quotes for the procurement of valve assembly manifolds, specifically under the jurisdiction of the Department of Defense. The request for quotation (RFQ) outlines the need for specific valve assemblies, including associated part numbers, and emphasizes compliance with military standards for packaging, marking, inspection, and acceptance. This procurement is critical for supporting military operations, ensuring that high-quality manufactured parts are sourced from approved suppliers. Interested vendors must submit their quotations by the designated deadline, and for further inquiries, they can contact Travis Kelly at travis.kelly@dla.mil or by phone at 586-220-0027.
    10K Telehandlers for DLA Disposition Services Bahrain and Qatar
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified contractors to provide 10K Telehandlers for its Disposition Services in Bahrain and Qatar. The procurement requires new telehandlers that meet specific technical specifications, including a lifting capacity of 9,500 to 10,500 lbs and a Tier III diesel engine, with a firm delivery timeline of six months post-award. This equipment is crucial for the efficient management of excess Department of Defense property, ensuring compliance with safety and operational standards in logistics operations. Interested vendors must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified date, and can direct inquiries to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.
    ACTUATOR, E-M AIRCRAFT
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential suppliers for the procurement of an Actuator, E-M Aircraft, as part of its efforts to support the Department of Defense. The requirement includes the manufacture of 94 units of the specified actuator, which is critical for aircraft operations, and encompasses all aspects of production, including procurement of component parts, inspection, testing, and logistics management. Interested parties are invited to submit their capability statements by 3 PM EST on February 14, 2025, to Sharon Hall at Sharon.Hall@dla.mil, as this opportunity may lead to a contract award based on the responses received. Please note that this is a presolicitation notice and not a request for proposals; no funds are available for the preparation of responses.