Material Handling Equipment Maintenance Services - DLA Disposition Services North Carolina: Ft. Liberty and Camp Lejeune
ID: SP451025Q1010Type: Combined Synopsis/Solicitation
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 Material Handling Equipment (MHE) Maintenance Services at Fort Liberty and Camp Lejeune in North Carolina. The contract encompasses both preventive and corrective maintenance for various machinery, including forklifts and front-end loaders, ensuring operational efficiency and compliance with safety regulations. This maintenance is critical for maintaining the readiness of military operations, with the contract structured as a firm-fixed price arrangement lasting three years. Interested contractors should contact Brandon Awkerman at Brandon.awkerman@dla.mil for further details, with the total contract value estimated at $417,250.

    Point(s) of Contact
    Brandon Awkerman
    Brandon.awkerman@dla.mil
    Files
    Title
    Posted
    The document lists various equipment and assets located at Camp Lejeune and Fort Liberty, detailing their manufacturing years, descriptions, model numbers, serial numbers, and specific sub-locations within the respective buildings. The primary focus of the file is to record the inventory of machinery, including forklifts, front-end loaders, and other vehicles, as well as provide a reference for federal and state procurement processes. The asset information serves to inform government RFPs and grants, ensuring proper tracking and management of government-owned machinery. The organized presentation of data across two main sections—one for Camp Lejeune and another for Fort Liberty—facilitates inventory management and supports compliance with federal record-keeping requirements. Overall, this inventory documentation is essential for asset management and operational readiness in military installations.
    The document consists of address listings for Fort Liberty and Camp LeJeune, located in North Carolina. It specifies two buildings at Fort Liberty, referred to as Bldg J-1334 on Knox Street and Bldg 906 on Louis Road, along with their corresponding locations. This file serves as a preliminary organizational tool likely related to federal requests for proposals (RFPs), federal grants, or state and local RFPs, suggesting an emphasis on the administrative aspects essential for project bidding or grant applications within these military installations. The mere presentation of names and locations implies a potential linkage to infrastructural, operational, or logistical planning in support of military operations or community-related initiatives. However, the file lacks specific details about programs or projects associated with these addresses.
    The document outlines the price schedule for preventive maintenance and repair services for material handling equipment (MHE) in the North Carolina region, as part of a government procurement initiative. It details a baseline period of 12 months along with two optional 12-month extensions. The schedule specifies various types of equipment, such as electric forklifts, front-end loaders, excavators, and street sweepers, along with their respective preventive maintenance requirements, categorized by frequency—quarterly or annually. Each line item includes quantities and unit designations, although many items are listed with a price of $0.00, presumably indicating that specific bids have not yet been determined. Notably, there are costs allocated for repair/replacement parts and labor for unscheduled repairs, suggesting a financial framework for unanticipated maintenance. The total for the first two option years is stated as $50,000 each. This document serves as a critical component of the government’s Request for Proposals (RFP), focusing on maintaining operational readiness of essential equipment while highlighting adherence to procurement policies.
    The Performance Work Statement (PWS) outlines the requirements for maintenance services of Material Handling Equipment (MHE) at Defense Logistics Agency Disposition Services (DLA DS) locations in Fort Liberty and Camp Lejeune, North Carolina. The contract stipulates preventive (PM) and corrective maintenance (CM) services crucial for ensuring MHE operational efficiency. The contract is a firm-fixed price arrangement lasting three years, with defined base periods. Key responsibilities include conducting PM per OEM specifications, timely reporting, and handling hazardous materials in accordance with safety regulations. CM services require prompt assessment and repair estimates to minimize equipment downtime. Base access and security protocols are outlined, emphasizing adherence to installation policies. The document includes directives for invoicing through the Wide Area Workflow system and establishes minimum and maximum contract values. It underscores the necessity for a robust quality assurance plan and detailed spill response procedures, positioning the contractor as fully accountable for compliance with environmental and operational standards. This PWS serves as a critical component of government RFPs, delineating expectations for contractors to ensure effective logistical support for military operations.
    The Quality Assurance Surveillance Plan (QASP) for the Defense Logistics Agency Disposition Services outlines the administration guidelines for the Performance-Based Material Handling Equipment (MHE) Maintenance contract in the North Carolina region. The document establishes nine Acceptable Performance Levels (APLs) that the contractor must meet, covering areas such as timely preventive maintenance, sign-in procedures, and correct documentation practices. Surveillance is primarily conducted by the Contracting Officer’s Representative (COR), who will report any failures to meet APLs and evaluate the impact on the DLA DS operation. In cases of late performance, the COR can assess if factors beyond the contractor's control contributed to the delays. Non-compliance with APLs may result in penalties, including payment withholdings or contract termination. Furthermore, the COR is tasked with ensuring compliance with the Combating Trafficking in Persons (CTIP) requirements through regular monitoring and reporting. The document emphasizes accountability and quality assurance to ensure contractor effectiveness throughout the contract's duration.
    The document outlines the Contractor Past Performance Data Sheet, a tool used by the Defense Logistics Agency (DLA) to assess contractors' performance on previous contracts as part of federal procurement processes. The form is divided into two parts. Part I requires the contractor to provide information regarding the contract, its performance, and any issues encountered, along with corrective actions taken. It includes sections for subcontractor details and performance problems. Part II is completed by the respondent, who evaluates the contractor based on various performance metrics, including technical performance, management effectiveness, schedule adherence, and compliance with regulatory requirements. Respondents rate the contractor's performance on a scale from "Exceptional" to "Unsatisfactory" and provide narrative explanations. Additionally, it probes the contractor's utilization of small businesses in compliance with federal regulations. The overall intent of the document is to gather qualitative performance data to inform future contract awards, ensuring accountability and enhancing the government's capacity to make informed decisions regarding contractor reliability and performance. This assessment is critical for fostering efficient government contracting practices.
    This document addresses questions and answers related to a solicitation for equipment maintenance under an existing federal contract, number SP4510-23-D-0005, valued at $417,250. The inquiry clarifies that the requirement is not new, as all listed equipment has previously been maintained. At the time of this solicitation, the equipment is reported to be in good working condition, with only minor corrective maintenance expected at the contract's onset. No significant repairs are anticipated upon contract award. Additionally, the government does not foresee any additions or deletions to the equipment, although if new items are added, they will likely match those currently listed. This document serves to outline the expectations and condition of equipment in the context of managing ongoing government contracts and ensuring clarity for prospective contractors involved in the solicitation process.
    The provided document contains scrambled and unreadable content, making it impossible to decipher the main topic, key ideas, or any supporting details. It appears to be corrupted or encoded, lacking coherent structure and clear communication. As a result, the purpose of the document within the context of government RFPs, federal grants, or state/local RFPs cannot be identified or summarized effectively. A comprehensive analysis is not feasible due to the unreadable nature of the text. Further investigation or retrieval of a correct or complete version of the document would be necessary for an accurate summary.
    The provided document appears to contain fragmented and corrupted content, making it challenging to extract coherent information. However, it seems to relate to federal and state RFPs (Requests for Proposals) or grant applications. The document likely outlines guidelines or requirements for submitting proposals in response to government solicitations. Standard components such as submissions, deadlines, evaluation criteria, and procedural instructions for potential applicants might have been included in an organized manner. While the precise details remain obscured, it is evident that the document serves a critical function in communicating the expectations of government entities for project proposals in areas that may involve funding allocations. The focus is likely on ensuring compliance with regulatory standards and successful application processes in line with federal and state grant opportunities. This summary emphasizes the overarching themes of governmental RFPs and grants, although specific details on the objectives, criteria, and frameworks for submission are compromised due to the document's corrupted nature.
    Similar Opportunities
    DDRV Vertical Lift Module Preventative/Corrective Maintenance
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking contractors for the preventative and corrective maintenance of Modula Vertical Lift Modules (VLMs) at its distribution center in Richmond, Virginia. The procurement involves establishing a hybrid Firm-Fixed-Price and Time and Materials purchase order, covering a base year plus four optional years, with a total estimated value of $74,000. This maintenance contract is crucial for ensuring the operational efficiency of automated storage and retrieval systems, which play a vital role in military logistics. Interested parties must submit their quotes by March 18, 2025, and can direct inquiries to Morgan Costanzo at morgan.costanzo@dla.mil or Christopher L. Robinson at christopher.robinson@dla.mil.
    Vertical Lift Module Maintenance Support Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking proposals for Vertical Lift Module (VLM) Maintenance Support Services at its facility in Corpus Christi, Texas. The procurement aims to secure comprehensive maintenance and repair services for Modula VLM automated storage and retrieval systems, ensuring their operational availability through preventive and corrective maintenance. This initiative is critical for maintaining the efficiency and reliability of logistics operations within the defense sector. Interested vendors must submit their quotations by 10:00 AM EST on March 14, 2025, and should contact Deborah Johnson at Deborah.L.Johnson@dla.mil or 717-770-8774 for further information. The total estimated funding for this contract is $50,000, covering a base year and four option years.
    Preventive and Corrective Maintenance on Modula Vertical Lifts at DLA Distribution Depot Camp Carrol Korea
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking contractors to provide preventive and corrective maintenance services for Modula Vertical Lift Modules (VLMs) at the DLA Distribution Depot in Camp Carroll, South Korea. The procurement involves a firm-fixed-price contract covering a base year and three option years, with a total potential value of $120,000 if all options are exercised, emphasizing the importance of maintaining operational efficiency for Automated Storage and Retrieval Systems (ASRS) equipment. Interested bidders must demonstrate technical capability and past performance relevant to similar projects, with quotations due by March 25, 2025. For further inquiries, contact Steven Lesh at Steven.Lesh@dla.mil or call 717-770-8453.
    MHE and SMSE Maintenance Services
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking MHE and SMSE Maintenance Services in Norfolk, VA. The services include lubrication, maintenance, repair, overhaul actions, and transportation movement on Shipboard and Shore-based Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). MHE refers to self-propelled equipment used in storage and handling operations, while SMSE includes container handlers, mobile shipboard cargo cranes, and other equipment. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. The RFP will be available for download on beta.SAM.gov on or around 1 March 2021. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Heather Coleman at HEATHER.COLEMAN@NAVY.MIL.
    Landfill Maintenance and Repair Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for landfill maintenance and repair services at Marine Corps Base Camp Lejeune, North Carolina. The procurement aims to secure a contractor capable of providing labor, materials, and supervision necessary for maintaining landfill operations, adhering to specified performance standards and environmental regulations. This contract is particularly significant for ensuring the safe and efficient management of waste disposal, reflecting the government's commitment to environmental protection and compliance with federal guidelines. Proposals are due by 2:30 PM EDT on March 27, 2025, and interested parties should contact Benjamin A. Bryan at benjamin.a.bryan.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil for further information.
    210 Red Horse Man Lift Repair and Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the repair and maintenance of the 210 Red Horse Man Lift at Holloman Air Force Base in New Mexico. This procurement aims to ensure the operational readiness and safety of the equipment, which is crucial for various military operations and maintenance tasks. Interested vendors should note that the opportunity falls under the NAICS code 811310, focusing on commercial and industrial machinery repair, and is classified under PSC code J049 for maintenance and repair of shop equipment. For further inquiries, potential contractors can reach out to Virginia Clarke at virginia.clarke.1@us.af.mil or Edwin Widgeon at edwin.widgeon@us.af.mil, both of whom can be contacted at 505-316-5467.
    49--MAINTENANCE KIT,VEH
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking vendors to provide maintenance kits for vehicles, as outlined in a Combined Synopsis/Solicitation. The procurement aims to secure essential maintenance and repair shop equipment, classified under the NAICS code 333310, which is critical for ensuring the operational readiness of military vehicles. Interested parties are encouraged to direct any inquiries regarding the solicitation to the buyer listed in the solicitation document, accessible via the DLA's website, with all submissions and communications to be conducted through the provided email address, DibbsBSM@dla.mil.
    PM MHTV Diminishing Manufacturing Sources and Material Shortages
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the PM MHTV Diminishing Manufacturing Sources and Material Shortages project, which is categorized under Heavy Duty Truck Manufacturing. The procurement aims to address challenges related to diminishing manufacturing sources and material shortages, ensuring the continued availability and support of critical military vehicles and equipment. This initiative is vital for maintaining operational readiness and sustainability of ground effect vehicles, motor vehicles, trailers, and cycles used by the military. Interested parties can reach out to Hyung Lee at hyung.lee@usmc.mil or Kelvy P. Donovan at kelvy.donovan2@usmc.mil for further information, with the presolicitation notice indicating that the place of performance will be in Quantico, Virginia.
    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 Vertical Lift Modules (VLM) at its distribution center in Oklahoma City, OK. The procurement aims to establish a firm fixed-price contract for both preventive and corrective maintenance services, ensuring the operational availability of the VLMs, which are critical for efficient material handling within the facility. The contract will cover a base year from April 1, 2025, to March 31, 2026, with two optional performance years, and requires contractors to demonstrate technical capability and past performance. Interested parties must submit their proposals via email by March 17, 2025, and can contact Allexas R. Kirchgessner at Allexas.Kirchgessner@dla.mil or 717-770-4285 for further information.
    39--SLED,SCOW TYPE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of SLED, SCOW type equipment under a total small business set-aside. This solicitation aims to acquire materials handling equipment classified under NAICS code 336413, which is essential for various military logistics operations. The successful contractor will be responsible for delivering high-quality aircraft parts and auxiliary equipment, contributing to the operational readiness of defense forces. Interested vendors should direct their inquiries to the buyer listed in the solicitation document, accessible via the DLA's DIBBS platform, and ensure compliance with all submission requirements by the specified deadlines.