DDWG - VLM Maintenance - SP3300-25-Q-0067
ID: SP3300-25-Q-0067Type: 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
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 9:30 PM UTC
Description

The Defense Logistics Agency (DLA) is seeking contractors to provide preventative and corrective maintenance services for Vertical Lift Modules (VLMs) at its distribution center in Warner Robins, Georgia, under solicitation SP3300-25-Q-0067. The procurement involves establishing a hybrid firm-fixed-price and time-and-materials purchase order, with a total estimated value of $75,000, structured over a base year and four optional performance periods. These services are critical for maintaining the operational efficiency of automated storage and retrieval systems, ensuring compliance with federal regulations and enhancing logistics capabilities. Interested contractors must submit their quotes by April 16, 2025, and direct any inquiries to Michael French at michael.s.french@dla.mil.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 8:06 PM UTC
The document outlines a Request for Proposal (RFP) from DLA Distribution Warner Robins, GA, focusing on the provision of complete repair and maintenance services for Modula VLM automated storage and retrieval systems (ASRS). The total government estimate for the project is $75,000, divided into three performance periods of $15,000 each and four optional periods, repeating similar cost setups. Each period includes provisions for regular and overtime service hours, replacement parts, and travel expenses, all governed by a firm-fixed-price contract. Specific performance metrics include semi-annual preventive maintenance and corrective maintenance, with the contractor reimbursed for actual part costs and following GSA locality rates for travel. This RFP ensures continued operation and maintenance of critical ASRS equipment, adhering to federal procurement standards. The document is classified as controlled unclassified information (CUI) and is distributed only to federal entities, reinforcing its regulatory compliance context.
Apr 10, 2025, 8:06 PM UTC
The document outlines a Request for Proposal (RFP) from the DLA Distribution in Warner Robins, GA, for the complete repair and maintenance services of Modula VLM equipment, which includes automated storage and retrieval systems (ASRS). The total government estimate for this project is $75,000, structured over a base period and four optional performance periods, each costing $15,000. Key components of the RFP include preventative maintenance, corrective maintenance, and replacement parts, with specific estimates for labor hours and travel expenses. Notably, contractors will be reimbursed solely for the actual cost of replacement parts, without any additional fees. The document is governed by specific federal acquisition regulations (FAR), classified under Controlled Unclassified Information (CUI), and is distributed confidentially for federal use only. The designated point of contact for this RFP is J.S. Stewart. Overall, this RFP aims to ensure comprehensive maintenance and support for critical ASRS equipment at the DLA Distribution center, enhancing operational efficiency and reliability.
Apr 10, 2025, 8:06 PM UTC
The document is a Privacy Act Statement regarding visit notifications for the Defense Logistics Agency (DLA). It serves to control access to Department of Defense (DoD) installations and outlines the authority under which this data is collected, specifically Section 21, 50 U.S.C. 781 et seq., and Executive Order 10450. Key points include the purpose of collecting visitor information, which is to facilitate access control by General Services Administration Protective Service Personnel, alongside potential routine uses as per DLA guidelines. Disclosure of information is voluntary; however, incomplete responses may lead to restricted access. The form requires details like visitor names, ranks, Social Security Numbers, dates of birth, birth states, and security clearance status. Completing this form is critical for ensuring authorized access to DLA facilities and maintains security compliance. Overall, this document emphasizes the importance of visitor information management in enhancing security protocols within federal installations.
Apr 10, 2025, 8:06 PM UTC
This document outlines security requirements for contractor personnel engaged with the Defense Logistics Agency (DLA) at federally-controlled facilities. Contractors must ensure that employees meet minimum security clearance levels, starting with a National Agency Check with Written Inquiries (NACI) or equivalent. Specific IT positions require varying degrees of background investigations, with designated levels (IT-I, IT-II, IT-III) based on the nature of access to sensitive information. Contractors must provide detailed personal and company information for each employee, and prior investigations may be accepted under certain circumstances. It is incumbent on the contractor to maintain compliance with security protocols, including obtaining Common Access Cards (CACs) and ensuring personnel undergo necessary security training. Violations of information security policies can lead to employee removal and affect the contractor's future performance assessments. The contractor must also manage personnel changes effectively, ensuring all departing employees complete required out-processing steps. The document emphasizes that security requirements do not affect contract performance obligations, and contractors cannot bill for employees pending clearance investigations. Overall, this set of requirements ensures the safeguarding of sensitive government information and secure operations within DLA facilities.
Apr 10, 2025, 8:06 PM UTC
This file outlines the procedures for contractors to obtain and manage Government-issued Common Access Cards (CACs) under a federal contract. Contractors must ensure each employee requiring a CAC completes DD Form 1172-2 and submit it to the appropriate Contracting Officer or Representative. Employees will then verify their account through the Trusted Associate Sponsorship System (TASS) and obtain their CAC from a designated RAPIDS office. Contractors must maintain security for CACs, ensuring they are used solely for contract purposes and protected against unauthorized access. If a CAC is lost or expired, contractors have defined steps for reporting and reissuing the card. Upon contract completion or employee termination, contractors are responsible for collecting and returning CACs promptly. Monthly reporting to the Contracting Officer includes the status of all CACs issued to contractor employees. Non-compliance with these procedures can lead to serious contract implications, including work stoppages and payment delays. The document serves as a vital security measure, outlining responsibilities and ensuring accountability for CAC management within federal contracting.
Apr 10, 2025, 8:06 PM UTC
Apr 10, 2025, 8:06 PM UTC
The document outlines the monthly usage and maintenance schedule for various models of the DDWG Modula VLM (Vertical Lift Module) series, specifically the ML75D models, designated by different serial numbers. Monthly usage metrics are provided from April 2025 until March 2030, showing trends in usage across different levels of service (LVL I to LVL IV). The data indicates a consistent increase in monthly usage over time, accompanied by a detailed monthly maintenance schedule, covering tasks from June 2025 to September 2027, with specific operational figures outlined for each month. The purpose of this document appears to report on current usage and forecast future functional needs for maintenance as part of a systematic approach to managing resources and ensuring efficiency in the operation of these modules. Such details could inform potential funding requests or proposals (RFPs) related to operational enhancements, maintenance budgets, or grant applications targeting modernization or efficient resource management. This operational plan plays a vital role in documenting the functionality and maintenance needs inherent to effectively managing government assets in line with federal and state guidelines.
Apr 10, 2025, 8:06 PM UTC
The Performance Work Statement (PWS) outlines the requirements for complete repair and maintenance services on Automated Storage and Retrieval Systems (ASRS), specifically Modula Vertical Lift Modules (VLMs), for the Defense Logistics Agency (DLA) at Warner Robins, GA. The contract encompasses both scheduled preventive maintenance (PM) and unscheduled corrective maintenance (CM) for the fifteen VLMs located across various sites. Key aspects of the contract include defined periods of performance, operating conditions, personnel qualifications, and security requirements. The contractor is responsible for ensuring that all maintenance tasks comply with original equipment manufacturer specifications and must follow outlined procedures for managing both preventive and corrective maintenance. The contractor must maintain a roster of employees, ensure compliance with security protocols, and uphold quality assurance measures as specified by the government. The PWS emphasizes accountability, clearly defining the roles of government personnel and contractor staff in the maintenance process. Adherence to federal regulations, safety standards, and environmental compliance is stressed throughout, ensuring that operations align with established governmental policies. Overall, this document serves as a comprehensive guideline for contractors bidding on the maintenance services required by DLA, ensuring operational efficiency and compliance with government standards.
Apr 10, 2025, 8:06 PM UTC
The document outlines a maintenance task list for the Modula Vertical Lift Module equipment utilized by DLA Distribution. It specifies both semi-annual and annual maintenance tasks, which include visual inspections, operational tests, lubrication of various components, and checks on safety features and electrical connections. Each task is marked with its frequency and includes specific lubrication requirements using various types of grease and oil. The goal is to ensure optimal performance and safety of the equipment by adhering to manufacturer guidelines. This structured plan of maintenance underlines the importance of maintaining equipment reliability within the framework of federal operations, thereby supporting efficient logistics and distribution processes. Following factory-recommended procedures is emphasized throughout, ensuring compliance and safety standards are upheld during maintenance activities. The document serves as a comprehensive guideline aimed at contractors or maintenance teams involved in the care of this equipment.
Apr 10, 2025, 8:06 PM UTC
The document outlines an equipment list for automated storage and retrieval systems, specifically detailing Modula Vertical Lift Modules (VLM) located at the DLA Distribution facility in Warner Robins, GA. The file enumerates multiple VLM units, all manufactured by Modula, with the model designation ML 750D, housed in Building 641. Each unit is identified by its serial number and categorized under the same type, indicating a significant inventory of these systems at a single location. This equipment is essential for enhancing storage capabilities and logistics at the distribution center, aligning with government initiatives to improve operational efficiency. Overall, the document serves as an inventory report that highlights the assets owned by the federal government, potentially in support of procurement efforts, operational readiness, and facility management.
Apr 10, 2025, 8:06 PM UTC
The document outlines the preventive maintenance (PM) guidelines for equipment managed by MODULA INC. It emphasizes the importance of scheduled Level 1 maintenance at least once a year or after 15,000 operations. Certified technicians will conduct inspections and adjustments to prolong the equipment's lifespan. In addition to Level 1 maintenance, the document specifies replacement schedules for key components based on mission milestones: - Level 2 maintenance occurs every 30,000 missions, involving the replacement of sprockets and chains, - Level 3 at 45,000 missions focuses on wheel-tubes and external bay slides, - Level 4 at 150,000 missions includes significant parts like vertical belts and motors. These structured maintenance protocols ensure optimal operation and longevity of the machinery, reflecting MODULA INC's commitment to quality service and reliability. This document is relevant in the context of government RFPs and grants as it underlines the standards for equipment maintenance, crucial for agencies looking to ensure effective operations in their technological investments.
Apr 10, 2025, 8:06 PM UTC
The Quality Assurance Surveillance Plan (QASP) outlines the requirements for a Contractor to provide repair and maintenance services on Automated Storage and Retrieval Systems (ASRS) for the DLA Distribution in Warner Robins, Georgia. The Contractor is responsible for all aspects of the service, including personnel, supervision, and equipment, and is held accountable for the quality of work without government oversight over methods used. The QASP details travel cost reimbursement protocols, specifying that all travel must be pre-approved and documented, with actual expenses submitted post-travel. Government roles include a Contracting Officer, Acquisition Specialist, and various representatives overseeing contract execution and compliance. Quality control responsibilities rest primarily with the Contractor, while the government’s Quality Assurance Team (QAT) conducts performance evaluations using a defined 7-step surveillance process, ensuring contractor adherence to service levels. Surveillance methods include direct observation, 100% inspection, random sampling, and validated customer complaints. Documentation and reporting of performance is critical, emphasizing both non-conformance and acceptable performance levels. The plan underscores a commitment to maintaining effective contractor performance through structured evaluation and corrective actions. This framework exemplifies compliance measures in government contracting for technical services.
Apr 10, 2025, 8:06 PM UTC
The document appears to be an inaccessible PDF that is not displaying its content effectively due to potential compatibility issues with the viewer. Unable to extract any information or data, the summary cannot be composed. The key focus should be on federal government RFPs (Requests for Proposals) and grants, along with state and local RFPs, typically aimed at soliciting proposals from entities interested in providing specific services or products to governmental bodies. These documents usually outline project requirements, eligibility criteria, funding opportunities, and submission guidelines, aimed at enhancing transparency and competitive bidding in government procurement processes. To accurately summarize, access to the document’s content is essential.
Apr 10, 2025, 8:06 PM UTC
The document is currently inaccessible due to a technical issue with the PDF viewer, which prevents the proper display of the content. As a result, no details or information can be extracted or analyzed at this time. To summarize effectively, it would be required to gain access to the actual contents that relate to federal government RFPs, federal grants, or state/local RFPs. Until the document can be viewed, no substantial summary can be provided. For full comprehension and analysis, the document must be opened in a compatible PDF viewer. Further steps will depend on resolving this technical issue.
Apr 10, 2025, 8:06 PM UTC
The document appears to be an error message related to a PDF file that cannot be displayed properly due to compatibility issues with the viewer. It suggests upgrading to the latest version of Adobe Reader to resolve the issue and provides links for assistance with the software. It mentions trademarks for Windows, Mac, and Linux operating systems, but does not contain any substantive content regarding federal RFPs, grants, or local proposals. The purpose of the document is to inform users how to access the intended material successfully by addressing technical problems, rather than providing specific information related to government initiatives or funding opportunities. Therefore, it lacks key points or actionable information relevant to the analysis of government files.
Apr 10, 2025, 8:06 PM UTC
The Defense Logistics Agency (DLA) Distribution is soliciting bids for preventative and corrective maintenance services for Vertical Lift Modules (VLMs) under solicitation SP3300-25-Q-0067. The acquisition is unrestricted and will result in a hybrid firm-fixed-price and time-and-materials purchase order. Interested contractors must submit quotes by April 16, 2025. Questions regarding the solicitation may be submitted until April 11, 2025. The contract's performance period includes a base year from May 1, 2025, to April 30, 2026, with four one-year options extending through April 30, 2030. Contractors must prove registration in the System for Award Management (SAM) and comply with the Service Contract Act Wage Determination applicable to the maintenance services. The solicitation emphasizes robust documentation of previous performance, technical capabilities, and must adhere to various federal regulations and clauses. Responses are evaluated based on understanding of requirements, relevant past performance, and pricing. This procurement demonstrates the DLA’s commitment to maintaining operational efficiency within its distribution network while ensuring compliance with applicable regulations.
Apr 10, 2025, 8:06 PM UTC
This document is an amendment to a solicitation regarding the acceptance of offers for a federal contract. It outlines the acknowledgment process for the amendment, emphasizing the need for responses to be received at the designated location prior to the specified deadline to avoid rejection of offers. Additionally, it states that offers may be altered via letter or electronic communication if references to both the solicitation and the amendment are included. The amendment specifically adds Attachment 14, which includes an estimated maintenance schedule for VLM (Variable Length Media) but does not introduce any other changes to the solicitation. The document also lists essential administrative details, including the contract ID code, amendment number, effective date, and contact person for further inquiries. Overall, this amendment ensures compliance and operational clarity for contractors participating in the bidding process, reinforcing the significance of timely communication in federal procurement.
Apr 10, 2025, 8:06 PM UTC
The document serves as an amendment to a solicitation originally issued by DLA Distribution, detailing key changes necessary for the procurement process. It outlines the requirements for acknowledging receipt of the amendment before the specified deadline to avoid rejection of offers. Noteworthy modifications include a change in the Schedule of Services for CLINs X001 from a specific quantity of 45 EA to annual pricing for preventive maintenance. The amendment also extends the closing date for submission of offers to April 30, 2025, at 1730 EDT. The document emphasizes the importance of referencing the solicitation and amendment numbers in any electronic or written communication regarding offer changes. This amendment reflects standard practices in government contracting, ensuring transparency and facilitating participation in the procurement process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
DDNV Vertical Lift Module Preventative/Corrective Maintenance
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified contractors to provide preventative and corrective maintenance services for Modula Vertical Lift Modules (VLMs) at DLA Distribution Norfolk, Virginia. The procurement aims to ensure operational efficiency and reliability of the VLM equipment, which is critical for automated storage and retrieval systems within the distribution facility. The contract is structured as a hybrid Firm-Fixed-Price/time and materials purchase order, spanning five years with an estimated total value of $50,000, and includes specific requirements for quality assurance and compliance with federal regulations. Interested parties must submit their proposals by April 17, 2025, and can direct inquiries to Samuel Tustin at samuel.tustin@dla.mil.
RFI -AMHE Enterprise Support & OT/Cybersecurity Serviceability
Buyer not available
The Defense Logistics Agency (DLA) is seeking information from qualified service providers for an enterprise-wide support contract focused on the maintenance of Automated Material Handling Equipment (AMHE) and the integration of cybersecurity measures in accordance with DoD Directive 8140. The objective is to gather insights on capabilities for providing both preventive and corrective maintenance services, as well as addressing cybersecurity requirements for DLA's AMHE systems, which are critical for efficient logistics operations. This RFI is part of DLA's initiative to enhance its logistics support while ensuring compliance with federal cybersecurity standards. Interested parties must submit their responses electronically by April 25, 2025, at 1:00 PM EST, and can contact Adrienne Hawkins or Christopher L. Robinson for further information.
Onsite maintenance at five (5) locations for six (6) laminator machines
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for a firm-fixed price service contract for onsite maintenance of six laminator machines located at five different sites. This contract will cover all necessary parts and labor, excluding consumables, and is set to last for up to 60 months, with the initial performance period commencing on May 1, 2025, and concluding on September 30, 2025. The maintenance services are critical for ensuring the operational efficiency of the laminator machines, which play a vital role in material handling operations. Interested vendors must submit their quotations via the PIEE Solicitation module by the extended deadline of April 25, 2025, at 10:00 AM Eastern Daylight Time; inquiries can be directed to David Purvis at david.1.purvis@DLA.mil or by phone at 717-770-4906.
Vertical and Scissor Lift Purchase Order
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting quotes for the procurement of a vertical man lift and a scissor lift, as outlined in solicitation number SP4705-25-Q-0004. The objective is to acquire these lifts, which will include a one-year warranty, to enhance operational capabilities at Fort Belvoir, Virginia. These lifts are essential for ensuring safe and efficient lifting operations, adhering to OSHA and ANSI safety standards, and supporting the government's commitment to maintaining safe work environments. Interested small businesses must submit their proposals by April 16, 2025, and can direct inquiries to Chelsea Lee at Chelsea.Lee@dla.mil or Odemaris Dekle at odemaris.dekle@dla.mil for further information.
LIGHT ASSEMBLY PANEL
Buyer not available
The Defense Logistics Agency (DLA) is seeking quotations for the procurement of 23 units of Light Assembly Panels, part number 11447839, as part of a firm fixed-price contract. This procurement is designated as a Total Small Business Set-Aside, allowing only small business firms to submit offers, and is intended to support the M-D6 weapon system, which adheres to strict military standards for delivery, inspection, and acceptance. The solicitation emphasizes compliance with Arms Export Control regulations and requires contractors to meet specific packaging, marking, and certification standards. Interested parties should note that the proposal due date has been extended to May 7, 2025, at 3:00 PM, and can contact Brylee Malone at brylee.malone@dla.mil or Michael Romine at michael.1.romine@dla.mil for further information.
SPRRA225R0002 MLRS SPARES
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of various supplies and services, specifically components for guided missile systems, under Solicitation SPRRA225R0002. This procurement is classified as a sole-source requirement to Lockheed Martin and includes detailed specifications for packaging, marking, inspection, and acceptance criteria, emphasizing compliance with export control laws and counterfeiting risk management. The contract aims to ensure high-quality and timely delivery of defense-related equipment, with a delivery timeline ranging from 150 to 450 days post-award. Interested contractors must submit their proposals by April 29, 2025, and can contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information.
The Defense Logistics Agency Land and Maritime (DLA L&M) intends to solicit and negotiate a Firm-Fixed Price (FFP), Long-Term Indefinite Delivery, Indefinite Quantity (IDIQ) as the successor to contract SPE7LX21D0068 (21D0068).
Buyer not available
The Defense Logistics Agency Land and Maritime (DLA L&M) is preparing to solicit and negotiate a Firm-Fixed Price (FFP), Long-Term Indefinite Delivery, Indefinite Quantity (IDIQ) contract as a successor to contract SPE7LX21D0068. This procurement will involve 581 Sole Source National Stock Numbers (NSNs) that support various General Dynamics Land Systems (GDLS) military weapon systems, including the light Armored Vehicles Family of Vehicles and Stryker. The goods and services sought are critical for maintaining the operational readiness of military vehicles, with the solicitation emphasizing that only one responsible source meets the agency's requirements. Interested parties may submit their interest and capability to respond within 15 days of this notice, and they can contact Naleya Scott at naleya.scott@dla.mil or 614-692-8024 for further information.
beam hoisting
Buyer not available
The Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals from small businesses for the procurement of beam hoisting systems under a total small business set-aside contract. The primary objective of this procurement is to secure firm fixed-price contracts for hoisting beams, which are critical components in the operation and maintenance of Patriot weapon systems. These systems are essential for ensuring the effective handling and transportation of military equipment, thereby supporting defense operations. Interested contractors must adhere to the requirements outlined in the Request for Quotation (RFQ), including compliance with military standards for inspection, acceptance, and packaging, and are encouraged to contact Michael Romine at michael.1.romine@dla.mil or Thomas Gunter at thomas.gunter@dla.mil for further details. The deadline for submitting offers has been extended as per the recent amendment to the solicitation.
39--TWISTLOCK MODULE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 27 units of the TWISTLOCK MODULE, identified by NSN 3950200042241. This solicitation is part of a combined synopsis/solicitation and is crucial for materials handling equipment, specifically within the bolt, nut, screw, rivet, and washer manufacturing industry. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
Variety of Equipment
Buyer not available
The Defense Logistics Agency (DLA) is seeking quotations for a variety of equipment required by DLA Distribution San Joaquin, California, under a Request for Quotation (RFQ) SP3300-25-Q-0161. The procurement includes a range of commercial items such as tank inserts, tank drain adapters, LED cordless tripods, pressure washers, and fuel transfer pumps, all classified under NAICS code 335139 and PSC code 6260. This opportunity is a 100% Small Business Set-Aside, emphasizing the importance of compliance with federal regulations and quality standards, with delivery required by May 6, 2025. Interested vendors must submit their quotes electronically to Deborah Johnson at Deborah.L.Johnson@dla.mil by 5:00 PM EST on April 14, 2025, and ensure they are registered in the System for Award Management (SAM).