Preventive and Corrective Maintenance on Modula Vertical Lifts at DLA Distribution Depot Camp Carrol Korea
ID: SP3300-25-Q-0071Type: 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 qualified contractors to provide preventive and corrective maintenance services for Modula Vertical Lift Modules (VLMs) at the DLA Distribution Depot in Camp Carrol, South Korea. The procurement aims to establish a Firm-Fixed-Price (FFP) purchase order with Time & Material (T&M) Contract Line Item Numbers (CLINs) for the maintenance of Automated Storage and Retrieval Systems (ASRS), ensuring operational efficiency and compliance with original equipment manufacturer (OEM) specifications. This contract includes a base year and three option years, with a total potential value of $120,000, and requires contractors to submit their quotations electronically by March 25, 2025. Interested parties can contact Steven Lesh at Steven.Lesh@dla.mil or by phone at 717-770-8453 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as Amendment 0001 to a solicitation, specifically SP3300-25-Q-0071, issued by the Defense Logistics Agency (DLA) Distribution. The primary purpose of this amendment is to extend the closing date for offers and provide important information regarding the original equipment's cycle count and installation date. The new deadline for submission of offers is set for April 8, 2025, at 1:00 PM EST. The document indicates that the cycle count for the equipment is currently at 7,264 missions, with all machines at a similar usage level. Additionally, it notes that the equipment was installed on October 31, 2022, and was fully utilized only from October 2023 onwards. All other terms and conditions of the original solicitation remain unchanged. This amendment ensures bidders are aware of the updated timeline and critical specifications for equipment evaluation, reflecting standard protocols in government contracting processes.
    This document serves as an amendment to solicitation SP3300-25-Q-0071 issued by the Defense Logistics Agency on February 24, 2025, to be effective from March 24, 2025. The amendment details required changes in quantities for certain Contract Line Item Numbers (CLINs). Specifically, CLINs 0001, 1001, 2001, 3001, and 4001 are decreased from 14 to 12 units, while CLINs 0002, 1002, 2002, 3002, and 4002 are adjusted from 56 to 48 hours for Corrective Maintenance services from Monday to Friday, excluding Federal Holidays. Contractors must acknowledge receipt of this amendment by specified methods, including a signed copy or separate communication referencing the amendment numbers, to avoid rejection of their offers. The amendment emphasizes that all other conditions remain unchanged, reiterating the importance of compliance with the solicitation's terms. This update ensures clarity and accuracy for prospective contractors regarding the amended quantities, reflecting the federal government's commitment to precise procurement processes.
    This document serves as Amendment 0003 to solicitation SP3300-25-Q-0071, issued by the Defense Logistics Agency (DLA) to clarify the maintenance schedule for Variable Load Machines (VLMs) at DDDK. Contractors must acknowledge receipt of this amendment by specific methods prior to the submission deadline, or their offers may be rejected. The amendment outlines a structured maintenance schedule specifying Level 1 maintenance every 15,000 cycles and subsequent levels at longer intervals (Level 2 at 45,000 cycles, Level 3 at 60,000 cycles, and Level 4 at 135,000 cycles). All other terms and conditions from the prior solicitation remain unchanged. This amendment focuses on ensuring that contractors understand the maintenance requirements for the VLMs, which directly impacts the service and operational effectiveness during the contract's duration. The document reflects standard practices in federal procurement, emphasizing clarity and compliance in the submission process for government contracts.
    The Performance Work Statement (PWS) outlines the requirements for preventive and corrective maintenance services for Modula Vertical Lift Modules (VLMs) at the Defense Logistics Agency (DLA) Distribution Depot Camp Carrol Korea (DDDK). The DLA, a U.S. Department of Defense agency, aims to ensure operational availability of these automated systems through scheduled preventive maintenance (PM) and on-call corrective maintenance (CM). The scope includes all necessary labor, tools, and replacement parts, with a focus on following original equipment manufacturer (OEM) specifications. The contract covers a base period and two optional years, with specified core duty hours and access protocols for contractor personnel. Quality assurance, reporting, and communication processes are established to monitor performance and ensure compliance with security and operational standards. Contractor personnel must have relevant qualifications, including Modula certification, and must adhere to safety and environmental regulations during operations. The document emphasizes the government’s lack of supervision over personnel while maintaining oversight through designated representatives. It also sets out the requirements for documentation and reporting, focusing on proper inventory management and travel reimbursements for service-related travel. This PWS exemplifies the structured approach taken in government procurement processes, emphasizing accountability, quality, and compliance in service delivery.
    This document outlines a maintenance contract for Vertical Lift Modules (VLM) at DLA Distribution Camp Carroll in Korea, emphasizing semi-annual preventive and corrective maintenance services for Automated Storage and Retrieval Systems (ASRS) equipment. The contract spans a base year and three option years, with each year allocated a budget of $30,000, amounting to a total potential contract value of $120,000 if all options are exercised. Each option year specifies the same quantity of inspections (6 events, 2 inspections per year) and includes telephone support. The request falls under NAICS code 811310 for repair and maintenance services. The document adheres to strict federal guidelines and performance statements, ensuring comprehensive service management and operational efficiency at the facility. The structured presentation allows for easy reference to the financial breakdown and service expectations for contractors and government personnel involved in project oversight.
    The document outlines the maintenance requirements for Vertical Lift Modules (VLM) at DLA Distribution Camp Carrol, Korea. It details a contract for semi-annual preventive and corrective maintenance services related to Automated Storage and Retrieval System (ASRS) equipment, structured into four option years, each set at a firm-fixed-price of $30,000. The maintenance includes telephone support and inspections, totaling six events per year, with multiple items cataloged under NAICS code 811310. Each option year consists of similar descriptions and quantities, emphasizing a consistent maintenance schedule essential for the operational efficiency of ASRS equipment. The file indicates a structured proposal process typical of government Requests for Proposals (RFPs), signifying adherence to federal procurement practices to ensure reliable support for vital logistical operations. The purpose is to ensure that necessary maintenance services are systematically planned and budgeted for under specified periods, promoting efficiency and accountability in government operations.
    The Defense Logistics Agency (DLA) has issued a memorandum approving the maintenance/sustainment of six Modula Vertical Lift Modules (VLMs) at Camp Carrol, Korea. This approval is part of the Operational Technology (OT) acquisition process and emphasizes that the VLMs' functionality will be limited to mechanical maintenance without any network connectivity. Compliance measures include obtaining a vulnerability scan from DLA J6 before any updates are made and ensuring that vendor support does not have elevated access to VLM systems. All operations must be conducted locally, disabling wireless capabilities and adhering to DLA regulations concerning removable media. Should there be any changes to the originally approved operations or access requirements for the VLMs, a new submission must be reconducted for reassessment. Jessica Thomas is the designated point of contact for this initiative. This directive highlights the agency's commitment to security and compliance within its operational technology framework.
    The document outlines the maintenance tasks for the Modula Vertical Lift Module Equipment at DLA Distribution, detailing both semi-annual and annual inspection requirements. Key maintenance activities include general visual inspections, operational tests, lubrication of various components (such as bottom tracks, casters, and assembly links), and checks of electrical systems and safety features. Specific lubricants and oils are recommended for each part to ensure proper functioning. The tasks are organized by frequency, requiring thorough cleaning and inspection while adhering to factory specifications. The meticulous maintenance schedule reflects the government’s emphasis on safety, reliability, and operational efficiency of equipment used in distribution operations, facilitating compliance with federal and state regulations.
    The document outlines a recommended spare parts list for the Modula ML Series VLM, detailing various materials essential for maintenance and operational efficiency. Each item includes a description, grouping (A, B, C), unit price, suggested quantity, and total cost, culminating in an overall total of $21,203.72. Items are categorized into three groups: Group A focuses on high-value components such as inverters and timing belts, Group B consists of additional components like sensors and safety devices, and Group C includes miscellaneous parts. The file serves as a resource for procurement, ensuring that the necessary components are available for smooth operations, highlighting the importance of inventory management in federal and local projects. By clearly delineating requirements and costs, this document supports effective budgeting and logistical planning in alignment with government RFPs and grants related to equipment maintenance.
    The document appears to be a technical notice indicating compatibility issues with PDF viewers for displaying a government file related to federal RFPs, grants, and local proposals. While the content itself is not accessible due to technical difficulties, the intended file likely contains critical information pertaining to opportunities for federal assistance programs and local funding initiatives. Such documents typically outline eligibility criteria, application processes, evaluation methods, and timelines for submissions, which are essential for organizations seeking financial support for projects. Understanding these components ensures stakeholders can effectively navigate the funding landscape, establish compliance, and enhance their chances of securing grants or contracts from federal or local government entities. Overall, despite the inability to access the full document, the likely purpose is to facilitate public awareness of available resources and encourage participation in federal and local funding opportunities.
    The Quality Assurance Surveillance Plan (QASP) outlines the framework for preventive and corrective maintenance services for Modula Vertical Lift Modules at the DLA Distribution Depot in Camp Carrol, Korea. The Contractor is tasked with providing necessary labor, tools, and materials while maintaining a non-personal services contract relationship with the Government. The plan emphasizes the roles of key personnel, including the Contracting Officer (KO), Contracting Officer Representative (COR), Technical Point of Contact (TPOC), and Quality Assurance Evaluator (QAE), in overseeing the quality and performance of contractor services. The QASP serves as the Government's program for acceptance and inspection of contractor performance, ensuring compliance with contract terms and quality standards. It highlights the contractor's accountability for quality control through their Quality Control Plan (QCP) and describes the process for quality assurance surveillance, including methods such as direct observation and random sampling. Documentation and reporting of all performance evaluations are crucial, preserving evidence of both conforming and nonconforming results. The QASP is intended to be a living document, adaptable based on ongoing assessments to ensure effective contract oversight and compliance with Government expectations.
    This document details the inventory of Vertical Lift Modules (VLM) manufactured by Modula, specifically concerning six units of the ML75D model, at a designated Federal site (Bldg 148 Bay A, Ray Blast). Each listed unit is identified by its unique serial number and DLA asset number. The site's key personnel include Joe Dunn as the point of contact and Fred Noe as the site Contracting Officer Representative (COR). The document references ongoing maintenance contracts but does not specify any contract numbers. The inventory names and categorizes the equipment primarily for record-keeping as part of federal asset management related to government procurement processes, highlighting the importance of maintaining accurate records in line with federal RFPs and grants. This summary reveals the maintenance and management approach required for federal assets within the context of local government operations.
    The document is a Request for Quote (RFQ) SP3300-25-Q-0071 issued by the Defense Logistics Agency (DLA) for preventative and corrective maintenance services of Automated Storage and Retrieval Systems (ASRS) at Camp Carrol, South Korea. This solicitation follows streamlined procedures per the Federal Acquisition Regulations (FAR) and encourages competitive bidding among service providers. The contract will be established as a Firm-Fixed-Price (FFP) agreement with several option years, extending from April 2025 to March 2030. Offerors must submit their quotations electronically by March 25, 2025, demonstrating technical capability and past performance relevant to similar projects. The evaluation criteria prioritize technical acceptability, relevant previous performance, and price, with the intent to award to the contractor providing the lowest overall price fitting established requirements. Registration in the System for Award Management (SAM) is required for prospective bidders. Key responsibilities include adhering to government procurement guidelines, ensuring proof of delivery for services rendered, and complying with security clearance requirements for contractor personnel. The DLA emphasizes the importance of innovative proposals that could yield cost savings and process improvements.
    Lifecycle
    Similar Opportunities
    53--Elevator Parts
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking suppliers for an Indefinite Quantity Contract (IQC) or Long-Term Contract (LTC) for various elevator parts specifically designed for Marine Elevators. This procurement involves replacement parts identified by National Stock Numbers (NSNs) listed in the accompanying spreadsheet, with an annual demand value estimated at $5,307,819.19, highlighting the critical nature of these components for military operations. Interested vendors are encouraged to provide information regarding their capabilities, including company size, classification, and pricing structures, and should contact Patrick Laugherty at patrick.laugherty@dla.mil or 614-693-1133 for further details.
    Logistics Modernization Integration Support (LMIS) Pre-Solicitation Notice
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a Pre-Solicitation Notice for Logistics Modernization Integration Support (LMIS) aimed at modernizing warehouse equipment across various distribution sites. The DLA seeks industry feedback on a draft Performance Work Statement (PWS) to ensure clarity, feasibility, and to identify any potential restrictions, particularly regarding highlighted sections that pertain to vendor capabilities and cost implications related to additional requirements. This initiative is crucial for enhancing operational efficiency, reducing costs, and improving cybersecurity within DLA's global distribution centers. Interested parties are encouraged to submit their responses via email to Allexas Kirchgessner at allexas.kirchgessner@dla.mil by 12:00 PM EST on January 5, 2026, as this notice serves solely for market research and does not constitute a Request for Proposal.
    Purchase of 4 MFPs (Multi-Functional Printers) for Korea
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking quotations for the procurement of four Multi-Functional Printers (MFPs) to be delivered to South Korea. The printers must meet specific technical requirements, including TAA compliance, high-resolution printing and scanning capabilities, robust security features, and a three-year warranty with 24/7 support. These MFPs are essential for supporting various operational needs within military facilities, ensuring efficient document handling and security compliance. Interested contractors must submit their proposals via email to Lauren Valentine by December 15, 2025, at 10:00 AM Eastern, with all submissions evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria.
    10--DRIVE ASSEMBLY,ELEC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the DRIVE ASSEMBLY, ELECTRIC (NSN 1005015520376). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the critical nature of these components for military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Solicitation/Request for Proposal (RFP) for Subsistence Prime Vendor (SPV) Support for Republic of Korea
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is soliciting proposals for Subsistence Prime Vendor (SPV) support to provide food and related services to military and federally funded customers in the Republic of Korea. The procurement aims to establish a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply and delivery of a wide range of food items, including perishable and semi-perishable goods, as well as non-food items, with a focus on supporting various military facilities and operations in the region. The estimated contract value is $217.5 million, with a maximum potential value of $435 million, and proposals are due by December 3, 2025, at 3:00 PM Philadelphia time. Interested parties can find more details and submit their proposals via the DLA Internet Bid Boards System (DIBBS) and should direct inquiries to Gwen Garcia or Donovan Mahoney at the provided email addresses.
    DLA Conveyor
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to extend services under a sole source contract for Facility Maintenance and Repairs Services for the conveyor system at DLA Distribution Europe. This extension is necessary to prevent a gap in service that would hinder the timely fulfillment of customer requirements in the EUCOM, CENTCOM, and AFRICOM areas, as the current contract expired on March 17, 2023. The new contract, designated W564KV-23-P-0019, will be a six-month Firm Fixed-Price (FFP) contract, allowing for continued operations while the follow-on competitive contract under solicitation number W564KV-23-Q-0011 is finalized. Interested parties can reach out to Brian Davis at brian.j.davis16.civ@mail.mil for further information.
    29--AIR DISTRIBUTOR,STA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the Air Distributor, NSN 2990123808818. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting the importance of these components in supporting military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    SKI ASSEMBLY, LANDIN
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of 31 units of the SKI ASSEMBLY, LANDIN, specifically for the CH-47 Chinook System, under solicitation number SPRRA1-26-R-0012. This firm-fixed-price, one-time buy is limited to The Boeing Company and AIRGLAS, INC., or their approved distributors, with staggered delivery scheduled between September and November 2026 to DLA Distribution Depot Oklahoma. The procurement emphasizes compliance with various standards, including DO DPAS rated orders, IUID markings, and specific packaging requirements, while also necessitating a cost breakdown and adherence to strict proposal submission timelines. Interested parties can contact Erica Allen at ERICA.ALLEN@DLA.MIL or by phone at 256-690-5712 for further details.
    LMIS POOL 2 - DDNV MODERNIZATION EFFORT (LMIS POOL 2 VENDORS ONLY)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is soliciting proposals from vendors within the LMIS Pool 2 for the DDNV Modernization Effort. This procurement aims to enhance the capabilities related to conveyor and conveying equipment manufacturing, as indicated by the NAICS code 333922 and PSC code 3990 for miscellaneous materials handling equipment. The modernization effort is crucial for improving logistics and distribution efficiency within the defense sector. Interested vendors should log in to https://piee.eb.mil and search for 'SP330025R9999' for further details, and can reach out to Joseph Crowley at Joseph.Crowley@dla.mil or by phone at 717-770-5445 for inquiries.
    DDAG Crane Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified contractors for the maintenance and rental support of a Government-Owned 80 TON Shuttlelift Gantry Crane at DLA Distribution Albany, Georgia. The procurement involves establishing a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) purchase order for preventative and corrective maintenance services, with a contract period spanning from March 1, 2026, to February 28, 2031, including a base year and four option years. This opportunity is a 100% Small Business Set-Aside, with quotes due by December 22, 2025, and interested parties are encouraged to contact Morgan Costanzo at morgan.costanzo@dla.mil for further details.