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 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.

    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.
    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
    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.
    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.
    DDRV Vertical Lift Module Preventative/Corrective Maintenance
    Buyer not available
    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.
    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.
    2,000KG Forklift Delivered to the DLA-DS Site in Bahrain
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of a 2,000 kg electric forklift to be delivered to its Disposition Services site in Bahrain. The contract requires the forklift to meet specific technical specifications, including a lifting capacity of 2,000 kg, and must be delivered within six months of the order, with the contractor responsible for unloading, assembly, and ensuring operational readiness shortly after delivery. This procurement is crucial for managing excess Department of Defense assets efficiently and ensuring compliance with government regulations. Interested vendors must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified date, and they can contact Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421 for further details.
    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.
    GentleMax Pro Laser System Service Maintenace
    Buyer not available
    The Defense Health Agency (DHA) is soliciting quotes for a firm fixed-price contract to provide comprehensive maintenance and repair services for the Candela GentleMax Pro Laser System at the Naval Medical Center in Camp Lejeune, North Carolina. The contract, identified as Solicitation HT940625Q0004, will cover a five-year period from April 1, 2025, to March 31, 2030, including a base year and four option years, and will require the contractor to perform preventive maintenance, repairs, and ensure compliance with FDA regulations. This service is critical for maintaining the operational efficiency and safety of medical equipment used in patient care. Proposals must be submitted electronically by February 17, 2025, and will be evaluated based on technical competency, pricing completeness, and adherence to business requirements, with a focus on maintaining a robust Quality Control program. Interested parties can contact Tanya Richardson at tanya.c.richardson.civ@health.mil or Gerrie Johnson at gerrie.m.johnson.civ@health.mil for further information.
    2000KG Forklift Delivered to DLA Disposition Services Kaiserslautern Germany
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of a 2,000 kg electric forklift to be delivered to its Disposition Services site in Kaiserslautern, Germany. The contractor is required to provide a forklift that meets specific characteristics, including a lifting capacity of 2,000 kg, an electric engine, and various safety features, with delivery expected within six months of the task order. This equipment is crucial for the effective management and disposal of excess Department of Defense property through various methods such as reutilization and sale. Interested vendors must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified date, and all inquiries should be directed to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.
    39--FORK,LIFT TRUCK
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking suppliers for the procurement of fork lift trucks, as outlined in a Combined Synopsis/Solicitation notice. The requirement falls under the NAICS code 333120, which pertains to Construction Machinery Manufacturing, indicating the need for specialized materials handling equipment. These fork lift trucks are critical for logistical operations, ensuring efficient movement and handling of materials within military facilities. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's DIBBS website.