Material Handling Equipment Maintenance Services - DLA Disposition Services Warner Robins
ID: SP451025Q1009Type: Combined Synopsis/Solicitation
AwardedApr 28, 2025
$301.6K$301,599
AwardeeMOBILE TECHS LLC Coral Springs FL 33076 USA
Award #:SP451025D0002
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISPOSITION SERVICES - EBSBATTLE CREEK, MI, 49037-3092, 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors to provide maintenance services for Material Handling Equipment (MHE) at Warner Robins, Georgia. The contract encompasses both preventive and corrective maintenance, ensuring operational readiness of various equipment types, including forklifts and container handlers, with a firm-fixed price structure for a base period of one year and two optional years. This maintenance is crucial for supporting military operations and adhering to federal standards, with a total estimated contract value of $151,516.43 for the base year. Interested parties should contact Brandon Awkerman at Brandon.awkerman@dla.mil or James Isola at James.Isola@dla.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This document provides a detailed inventory of equipment located at Warner Robins, listing various types of vehicles and machinery, along with their specifications. The inventory includes container handlers, forklifts (both diesel and electric), front-end loaders, street sweepers, tractors, utility task vehicles, and warehouse sweepers, detailing each item’s manufacturer, model number, year of manufacture, and serial number. The purpose of this inventory is likely to facilitate federal and state-level RFPs and grants related to equipment procurement or management for government projects. This thorough documentation helps in assessing the availability and condition of essential machinery for various governmental operations, ensuring transparency in asset management and aiding in strategic equipment planning for local and state initiatives. The systematic structure of the inventory, organized by item type and manufacturer, enhances accessibility for stakeholders involved in equipment allocation or assessment.
    The document appears to be a governmental address located at 1200 Macon St., Robins AFB, GA 31098. Without additional context or content, it is difficult to identify a specific purpose, topic, or any detailed information relating to federal government RFPs, grants, or state/local requests for proposals. The document lacks any key ideas or supporting details typically associated with such federal communications, ultimately limiting its analysis. Further context or content is necessary to derive meaningful insights or summarize pertinent information that aligns with the expected scope of government-related documents. As it stands, this document seems to be merely a location reference without any substantive content.
    This document outlines a procurement and maintenance schedule for Material Handling Equipment (MHE) maintenance at Warner Robins, detailing various maintenance tasks for electric and diesel forklifts, front-end loaders, and other vehicles over a base period of 12 months, with options for two additional years. Tasks are categorized into quarterly and annual preventive maintenance, as well as labor for unscheduled repairs and parts replacement. The pricing structure includes unit costs and extended totals, revealing a base year total of $151,516.43. The schedule incorporates escalated costs based on the U.S. Department of Labor CPI Index. This procurement is aimed at ensuring operational efficiency and compliance with federal maintenance standards for equipment, highlighting the commitment to effective resource management in government contracts. The document is categorized as Controlled Unclassified Information (CUI) and is governed by strict dissemination guidelines, emphasizing its sensitivity in source selection processes.
    The Performance Work Statement (PWS) outlines the requirements for maintenance services on Material Handling Equipment (MHE) for the Defense Logistics Agency Disposition Services (DLA DS) at Warner Robins, Georgia. The contract covers preventive maintenance (PM) and corrective maintenance (CM), emphasizing timely and effective services to ensure operational readiness. The contract is structured as a firm-fixed price with a base period of one year and two optional years. Key responsibilities include conducting PM services per manufacturer specifications, assessing CM requests within established timelines, and providing necessary tools, personnel, and materials. Contractors must minimize downtime and comply with local regulations for hazardous materials disposal. Additionally, they are required to maintain a Quality Control Plan and provide detailed repair estimates and updates. Services will primarily be performed on-site during normal business hours, with acknowledgment of federal holidays and security protocols. The document also outlines the government's provisions in supplying workspace and utilities, while the contractor is responsible for employee safety equipment and certifications. This comprehensive maintenance plan is essential for the effective support of military operations and adherence to federal contracting requirements.
    The Quality Assurance Surveillance Plan (QASP) for the Defense Logistics Agency Disposition Services (DLA DS) outlines the framework for ensuring high performance in the Maintenance of Material Handling Equipment (MHE) at Warner Robins. The document enumerates nine Acceptable Performance Levels (APLs), providing criteria such as timely preventive maintenance, accurate record-keeping, and effective corrective maintenance. Each APL specifies the deliverables, standards, time frames, and the consequences of failure to meet these standards, which may include payment withholding and potential contract terminations. The surveillance method primarily relies on reports from the Contracting Officer’s Representative (COR), who monitors contractor performance and assesses any late completions against extenuating circumstances. Additionally, the contractor's compliance with the Combating Trafficking in Persons (CTIP) initiative is also outlined, requiring documentation to ensure adherence to relevant regulations. This QASP serves to protect the U.S. Government's interests while reinforcing contractor accountability throughout the contract's duration.
    The Contractor Past Performance Data Sheet is a template utilized by federal agencies to assess the performance of contractors on previous contracts. It is designed to gather comprehensive feedback from respondents regarding the contractor's quality, management, timeliness, and compliance with regulatory requirements. The form consists of two parts: Part I is completed by the contractor and includes details about the contract, nature of work performed, subcontractors, issues encountered, and corrective actions taken. Part II requires the respondent to evaluate the contractor's performance based on several metrics, including technical execution, management effectiveness, schedule adherence, small business utilization, and compliance with regulations. Ratings range from Exceptional to Unsatisfactory, accompanied by a narrative justification. The ultimate goal of this questionnaire is to inform future contracting decisions and enhance the likelihood of successful contract outcomes by ensuring contractors with proven performance records are favored in government solicitations.
    The document outlines the responses to questions regarding a federal Request for Proposal (RFP). It confirms the presence of an incumbent contractor, Kenzil Inc., with a contract number SP4510-23-D-0014 valued at $322,500. The RFP is set aside entirely for small businesses, emphasizing compliance with FAR Clause 52.219-14, which restricts subcontracting. Specifically, it states that the awardee must perform 50% of the contract work with similarly situated entities, meaning other small businesses. Additionally, the document clarifies that multiple subcontractors may be utilized to fulfill the requirements of the contract. This structure highlights guidelines for prospective bidders while ensuring adherence to small business regulations in federal contracting.
    The document pertains to federal government RFPs (Requests for Proposals) and outlines various grant opportunities. The purpose is to gather proposals from eligible organizations to address community needs through funding initiatives. Key topics include project funding eligibility, selection criteria, application processes, and reporting requirements. Federal agencies or local authorities often finance specific projects aimed at community development, public service enhancements, or infrastructural improvements. The structure of the document likely follows a standard format that details qualifications for applicants, deadlines for submissions, and expectations for project outcomes. By facilitating access to grants, the government seeks to empower local and regional authorities to implement projects that benefit constituents, encourage social progress, and stimulate economic growth. This initiative highlights the significance of collaboration between governmental bodies and community organizations in achieving shared goals for public welfare and development.
    Similar Opportunities
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.
    Revised - NEW DOOSAN BOBCAT BC30S-7 36V ELECTRIC 6,000 LB. CAPACITY FORKLIFT Robins AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of one new Doosan Bobcat BC30S-7 36V electric forklift with a 6,000 lb. capacity, to be delivered to Robins Air Force Base in Georgia. The procurement requires specific configurations, including a UL Rated Type EE, oil-cooled disc brakes, a two-stage standard wide-view mast, and a 36 Volt, 1190 AH battery with a three-phase, 480V charger, along with a warranty covering both standard and powertrain components. This forklift is essential for operational efficiency at the base, and the delivery is expected within 180 days after award. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Margaret Gaskill or Valerie Evans via email for further information.
    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.
    Forklift Mast Assembly Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of forklift mast assemblies at Dover Air Force Base in Delaware. The procurement involves providing maintenance and repair services for specialized industry machinery within a 60-mile radius of the base. This service is crucial for maintaining operational efficiency and safety in logistics and material handling operations. Interested parties can contact Anna George at anna.george.2@us.af.mil or 302-677-5220, or Lauren Reed-Smart at lauren.reed-smart@us.af.mil or 302-677-5211 for further details.
    DDSP Material Handling Equipment (MHE) Batteries
    Dept Of Defense
    The Defense Logistics Agency (DLA) Distribution is seeking proposals from qualified small businesses for the procurement of Material Handling Equipment (MHE) Batteries under solicitation SP3300-26-Q-0011. The contract requires the supply of new, factory-installed batteries with specific features, including single-point water systems and low water monitor warning lights, each backed by a 5-year warranty. These batteries are critical for the operation of various material handling equipment used at DLA Distribution Susquehanna in New Cumberland, Pennsylvania. Interested vendors must submit their quotes electronically by December 16, 2025, at 1:00 PM EST, and can direct inquiries to Brian Keckler at brian.keckler@dla.mil or by phone at 614-693-7800.
    39--CONVEYOR,ROLLER,GRA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of conveyor rollers under the solicitation titled "39--CONVEYOR,ROLLER,GRA." The requirement includes the delivery of 16 units of conveyor rollers to DLA Distribution Warner Robins within 342 days and 1 additional unit within 180 days. These materials handling equipment items are critical for logistics and supply chain operations within military facilities. Interested vendors, particularly small businesses, are encouraged to submit their quotes electronically, with inquiries directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is set aside for total small business participation, and all responsible sources may submit their quotes for consideration.
    BPA Hydraulic Lifting Equipment
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM), is seeking information from vendors regarding the maintenance and certification of hydraulic lifting equipment at Building 66, located in Natick, MA. The procurement aims to secure inspections, certifications, repair services, and preventive maintenance for various hydraulic equipment, including forklifts, hoists, and lifting devices. This initiative is crucial for ensuring the operational readiness and safety of equipment used by the Army. Interested vendors must submit their responses, including company details and capabilities, by 1:00 PM EST on January 8, 2026, to the primary contact, Michael Dion, at michael.a.dion11.civ@army.mil, with a copy to Brandon Rivett at brandon.j.rivett.civ@army.mil.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    Heavy Equipment Program - Sweeper and Scrubber Equipment SPE8EC25R0003
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is issuing a solicitation for the Heavy Equipment Program, specifically for sweeper and scrubber equipment under solicitation number SPE8EC25R0003. This opportunity seeks proposals for multiple Indefinite Delivery/Requirements Contracts for new commercial equipment, including utility sweepers, warehouse sweepers, street sweepers, and associated support services for the U.S. Military and other authorized government agencies. The contracts will have a ten-year term with no options, and proposals must be submitted by November 16, 2034, at 4:00 PM EST, with evaluations based on the Lowest Price Technically Acceptable (LPTA) method. Interested vendors can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.