Vertical Lift Modules
ID: W911N2-25-Q-TM01Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, 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 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Army Contracting Command at Letterkenny, is seeking qualified contractors to provide preventative maintenance and repair services for vertical lift modules and vertical carousel systems at the Letterkenny Army Depot in Pennsylvania. The contract aims to ensure the operational longevity of 41 automated vertical storage devices, including 17 vertical carousels and 24 vertical lift modules, through adherence to OEM recommendations and quality assurance standards. This maintenance is critical for minimizing downtime and maintaining efficiency in military operations. Interested parties must submit their capability statements by 3:00 PM EST on April 11, 2025, to Trevor Monn at trevor.l.monn.civ@army.mil, as no solicitation is currently available and responses are voluntary.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 8:05 PM UTC
The Performance Work Statement (PWS) outlines the requirements for a contractor to provide repair maintenance for 41 automated vertical storage devices at Letterkenny Army Depot (LEAD). The contract includes preventative maintenance and repairs for 17 vertical carousels and 24 vertical lift modules, aiming to extend their operational lifespan and reduce downtime. The period of performance spans three years, beginning with a base year and followed by two optional years. Key provisions include adherence to quality assurance standards, security requirements, and safety regulations, along with contractor obligations to maintain necessary certifications for personnel. The contractor must use OEM parts for repairs, report deficiencies, and conduct comprehensive preventative maintenance in line with OEM recommendations. The PWS also establishes performance metrics and acceptable quality levels to evaluate contractor effectiveness. Overall, the document serves as a framework for ensuring reliable maintenance services within federal service standards.
Lifecycle
Title
Type
Vertical Lift Modules
Currently viewing
Sources Sought
Similar Opportunities
Vertical Lift Module (VLM) at HILL AFB, UT
Buyer not available
The Department of Defense is seeking proposals for the acquisition of a Vertical Lift Module (VLM) for the 581st Missile Maintenance Squadron at Hill Air Force Base, Utah. The procurement aims to provide a reliable and efficient VLM that meets stringent operational, safety, and environmental standards, including a minimum service life of 20 years and compliance with OSHA regulations. This VLM is critical for enhancing the operational capabilities of the military, ensuring safe storage and handling of materials while adhering to specific design and performance criteria. Proposals are due by 1500 MST on April 28, 2025, with inquiries directed to Tanner Nielsen and Bryan Kingsford via email. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, and interested vendors must be registered in the System for Award Management (SAM).
Sources Sought Notice - Video Surveillance System Maintenance and Repairs
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Aberdeen Proving Ground, is seeking sources for the maintenance and repair of Video Surveillance Systems (VSS) at the Tobyhanna Army Depot in Pennsylvania. The procurement aims to ensure the operational reliability of the VSS through a contract that includes preventative maintenance, corrective maintenance, and on-call repairs, structured as a hybrid Firm Fixed Price/Time & Materials agreement with a base year and four optional renewal years. This service is critical for maintaining security at the depot, and interested small businesses must submit a capabilities statement by 12:01 p.m. EST on May 2, 2025, to Deborah Belak at deborah.belak.civ@army.mil, referencing synopsis number PAN007445. No funds are available for the preparation of responses, and all submissions will be treated as voluntary and confidential.
Moving Bed Biological Reactor System Preventative Maintenance and Repair Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for preventative maintenance and repair services for the Moving Bed Biological Reactor (MBBR) system at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The contract will cover a base year and two option years, focusing on regular maintenance checks, software updates, and emergency repairs to ensure the effective operation of the MBBR system. This procurement is crucial for maintaining the operational efficiency of the Industrial Wastewater Treatment Plant, reflecting the government's commitment to high-quality service delivery in managing vital infrastructure. Interested small businesses must submit their proposals by May 1, 2025, and can direct inquiries to Michelle L. Fike at michelle.l.fike.civ@army.mil or by phone at 717-267-5325.
Turret Punch Press and Laser Cutter Preventative Maintenance and Remedial Repairs
Buyer not available
The Department of Defense, specifically the Army, is soliciting proposals for preventative maintenance and remedial repair services for turret punch presses and laser cutters at the Tobyhanna Army Depot in Pennsylvania. The contract requires contractors to perform semi-annual and annual maintenance, as well as emergency repairs, ensuring the operational efficiency of four critical machines. This procurement is vital for maintaining the functionality of essential equipment used in military operations, with proposals due by May 22, 2025. Interested contractors should direct inquiries to Nicole Tokash at nicole.tokash.civ@army.mil or call 570-615-7569, and must comply with specific quality assurance standards and wage determinations as outlined in the solicitation documents.
Material Handling Equipment (MHE) Maintenance for DLA Disposition Services Grafenwoehr Germany
Buyer not available
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 Grafenwoehr, Germany. The procurement encompasses both preventive and corrective maintenance services, ensuring the operational readiness of MHE, which includes various forklifts and sweepers, critical for military support operations. This contract will be awarded as a Firm Fixed Price agreement with a base year and two option years, emphasizing compliance with Original Equipment Manufacturer (OEM) standards and timely service delivery. Interested contractors 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.
7125--DSI High Density Supply Storage Racking | NCO 4 Commodities 1
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the delivery and installation of a DSI Modumax high-density supply storage racking system at the Lebanon VA Medical Center, aimed at enhancing storage capabilities for a newly renovated Medical Surgical Unit. The procurement requires contractors to supply specific racking components, adhere to precise technical specifications, and complete assembly and installation by August 30, 2024. This initiative is part of the VA's broader effort to modernize its facilities while promoting small business participation, particularly from service-disabled veteran-owned small businesses. Interested parties should contact Contract Specialist Benjamin Villasenor at Benjamin.Villasenor@va.gov for further details.
Vertical Lifting Fabric Hangar Doors Maintenance and Repair Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for maintenance and repair services of vertical lifting fabric hangar doors at Joint Base McGuire-Dix-Lakehurst, New Jersey. This procurement is a 100% Small Business set-aside, with the contract structured as a Firm Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ) agreement, spanning an initial period from October 1, 2025, to September 30, 2026, with four additional one-year option periods. The services are critical for ensuring the operational integrity and safety of hangar facilities, adhering to stringent safety and performance standards outlined in the Performance Work Statement. Interested contractors must submit their proposals electronically by the specified deadline and can direct inquiries to Adam Donofrio or Ramnarine Mahadeo via email. The estimated contract value is approximately $12,500,000, and compliance with federal labor standards, including wage determinations, is mandatory.
FY 25 Preventative Maintenance on and Repairs to Caterpillar, Volvo and John Deere Equipment and Engines
Buyer not available
The U.S. Army Corps of Engineers (USACE) Philadelphia District is seeking qualified contractors for preventative maintenance and repairs on Caterpillar, Volvo, and John Deere equipment and engines as part of a Sources Sought Notice for Fiscal Year 2024. The procurement aims to assess industry interest and ensure a sufficient pool of contractors, both large and small, capable of performing essential maintenance tasks, including fluid sample testing and emergency/non-emergency repairs on specified heavy equipment. This IDIQ contract will span multiple years, with performance periods running from approximately April 21 to April 20 each year until April 2030, covering various locations in Pennsylvania, New Jersey, Delaware, and Maryland. Interested contractors must submit their qualifications and capability statements via email to Tiffany Chisholm by November 14, 2024, and must be registered in the System for Award Management (SAM).
DEVCOM AC, QESA Uninterruptible Power Supply (UPS) Maintenance
Buyer not available
The Department of Defense, through the Army Contracting Command-New Jersey, is seeking sources for the maintenance of General Electric's TLE 50kVA Uninterruptible Power Supply (UPS) systems. The procurement aims to identify contractors capable of providing both scheduled and unscheduled maintenance, which includes necessary travel, parts (excluding batteries), and labor in compliance with manufacturer specifications. This maintenance is critical for ensuring the operational integrity of essential electrical systems, with scheduled maintenance requiring two visits during standard operating hours and unscheduled maintenance necessitating a four-hour response time, available 24/7. Interested contractors must submit their capability statements and organizational details electronically to the designated Contract Specialist, Darby J Quinones, at darby.j.quinones.civ@army.mil by the specified deadline, as this request serves informational purposes only with no obligation for contract awards.
J065--Base YR (10/1/2025-11/30/2026) + 4 OYs Guldmann Ceiling lift maintenance
Buyer not available
The Department of Veterans Affairs, specifically the Great Lakes Acquisition Center (GLAC) in Milwaukee, WI, is seeking vendors capable of providing Preventive Maintenance (PM) and Corrective Repair Support Services for approximately 444 Guldmann ceiling-mounted patient lifts at the Clement J. Zablocki VA Medical Center. Vendors must be able to manage all labor, travel expenses, shipping, and parts necessary for the maintenance of these medical devices, ensuring compliance with specific requirements such as OEM authorization and certified technical personnel. This procurement is critical for maintaining the operational efficiency of essential medical equipment used in patient care. Interested parties must submit a capabilities summary, including necessary documentation, by May 1, 2025, at 10:00 AM Central Time, to Eileen Meyer at eileen.meyer@va.gov, as this notice serves solely for market research purposes and does not constitute a solicitation.