DDAG Vertical Lift Module Preventative/Corrective Maintenance
ID: SP3300-25-Q-0019Type: 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
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for complete repair and maintenance services for Modula VLM equipment at DLA Distribution Albany, GA. The contract, with a total government estimate of $60,000.00, includes several cost components related to both preventive and corrective maintenance services. Specifically, the proposal details firm-fixed pricing and variable costs, which encompass regular work hours, overtime hours, and replacement parts. The performance work statement (PWS) specifies that the contractor will be reimbursed for actual costs of parts without additional fees. The maintenance services are divided into specified periods of performance, highlighting monitoring requirements for semi-annual preventive maintenance and corrective maintenance service estimates. Travel expenses for maintenance tasks are also factored in, adhering to General Services Administration (GSA) per diem rates. This RFP demonstrates the government's commitment to sustaining critical machine functionality and operational efficiency through strategic service agreements, ensuring that all regulations and guidelines are met in managing federal resources effectively.
    This document outlines the personnel security requirements for contractors working at Defense Logistics Agency (DLA) facilities. It mandates that all contractor personnel must have at least a National Agency Check with Written Inquiries (NACI) and favorable completion of an FBI fingerprint check prior to commencing work. Depending on their access level to IT systems, contractor personnel must meet additional security clearance levels defined by the Department of Defense, with requirements varying from a single scope background investigation (T5) to NACI (T1). Contractors are responsible for submitting necessary information and documentation for security investigations and must ensure adequate compliance with security protocols. The DLA reserves the right to request the removal of personnel who do not adhere to security policies. Moreover, contractors must manage the onboarding and offboarding of their employees to maintain updated security clearance records. The document emphasizes the importance of compliance with security guidelines while ensuring project deliverables are not compromised. These measures are crucial for safeguarding sensitive information and maintaining national security, reflecting the stringent oversight required in government contracts.
    This document outlines the procedures for contractors to obtain, manage, and return Common Access Cards (CACs) under a federal contract. Contractors are required to ensure that their employees complete necessary forms, specifically the DD Form 1172-2, for CAC issuance. The process includes verification of employee information, creation of accounts in the Trusted Associate Sponsorship System (TASS), and acquisition of CACs from Real-Time Automated Personnel Identification System (RAPIDS) offices. Contractors must promptly notify relevant authorities about issued CACs and establish procedures to secure them from unauthorized use. The document emphasizes reporting on any lost or stolen CACs, regular account verifications, and the importance of CAC turn-ins upon contract completion or employee reassignment. Failure to adhere to these guidelines could lead to contract violations, including potential work stoppage and payment delays. Thus, this detailed CAC management protocol serves to enhance security and compliance for government contracts while ensuring that contractor activities align with federal regulations.
    The Quality Assurance Surveillance Plan (QASP) outlines the framework for maintenance services on Government-owned Modula VLM equipment at DLA Distribution and Aviation sites in Albany, Georgia. The contractor is responsible for preventive and corrective maintenance, and no employer-employee relationship exists between the Government and contractor personnel. The document emphasizes the roles of various government personnel, including the Contracting Officer (KO), Contracting Officer Representative (COR), and Technical Point of Contact (TPOC), detailing their responsibilities in ensuring compliance and contract oversight. Quality control lies with the contractor, but the Quality Assurance Team (QAT) conducts regular performance checks. The surveillance process includes identifying objectives, reviewing relevant documents, and documenting findings to maintain performance standards. It employs various methods including direct observation and random sampling for assessing contract requirements. The reporting of performance is critical, with non-conformances documented in the Quality Management Tool and accepted performance levels reported monthly. This QASP plays a vital role in monitoring contract execution within the framework of federal contracting practices, ensuring quality service delivery to meet government standards.
    The document in question is currently inaccessible due to formatting issues, with the contents not being displayed. As a result, a detailed summary where main topics, key ideas, and supporting details can be extracted and analyzed cannot be provided at this time. The original document seems to pertain to federal government RFPs, grants, and local/state solicitations, focusing on procurement processes and project funding. Without the actual content, it’s impossible to provide a coherent and contextual summary or analysis of the material. It is recommended to access the PDF using a compatible viewer to enable review and summarization of the essential information contained within the document. If you have an alternative format or can provide specific contents, I would be happy to assist further.
    The government file focuses on the processes and requirements associated with federal and state RFPs (Requests for Proposals) and grants. It delineates the various stages that organizations must undergo to apply for government funding, including eligibility criteria, necessary documentation, timelines, and submission procedures. The file emphasizes the importance of adhering to established guidelines to ensure compliance and successful proposal evaluation by the reviewing authorities. Additionally, it highlights the significance of collaboration between federal, state, and local entities in fostering community development through funding opportunities. By ensuring transparency and accountability in the grant allocation process, the government aims to promote efficient use of resources and achieve desired outcomes in various initiatives. Overall, the document serves as a comprehensive resource for potential applicants, providing necessary insights and directives for navigating the intricate landscape of government funding and proposals.
    The document outlines a Performance Work Statement (PWS) from the Defense Logistics Agency (DLA) for the provision of complete repair and maintenance services for Automated Storage and Retrieval Systems (ASRS)—specifically, Modula Vertical Lift Modules (VLMs) at DLA Distribution Albany, GA. The contract involves preventive maintenance (PM) and corrective maintenance (CM), with a focus on ensuring operational availability of the VLMs. The contract is structured to cover a base year with four optional renewals, requiring compliance with detailed quality assurance metrics as defined in the Quality Assurance Surveillance Plan (QASP). Key components include: the responsibilities of both government and contractor personnel; specific qualifications for contractors’ staff, including Modula certification; and operational procedures for maintenance, including work order documentation and invoicing requirements. Detailed security protocols, environmental compliance, and safety standards are mandated, reflecting the stringent regulations surrounding military logistical operations. The overarching goal is to ensure efficient functioning and reliability of the ASRS equipment while adhering to government protocols and maintaining security and safety measures in a military environment.
    DLA Distribution Albany, GA is documenting its inventory of Modula Vertical Lift Modules (VLM) for automated storage and retrieval systems. The file lists four units, all located in Building 1221, identified by their model (ML75D) and serial numbers (MLD183119AUS, MLD183120AUS, MLD183121AUS, MLD183122AUS). This inventory serves as a crucial reference for managing automated storage solutions within the facility. The inclusion of equipment specifications and precise locations underscores the importance of maintaining organized and efficient logistics operations. The documentation aligns with federal standards for managing government resources and supports efficient resource allocation and system monitoring.
    The document outlines the preventive maintenance (PM) levels required for machinery managed by MODULA INC. It specifies an Annual Level 1 PM Maintenance must occur at least once a year or every 15,000 missions. During this maintenance, certified technicians conduct essential inspections, calibrations, lubrication, and adjustments to ensure optimal machine functionality and longevity. Further, it describes the replacement schedule for various machine parts classified into Levels 2, 3, and 4. Level 2 PM, due every 30,000 missions, involves the replacement of sprockets, chains, pawls, and related components. Level 3 PM, occurring every 45,000 missions, requires replacing wheel tubes and external bay slides. Finally, Level 4 PM, scheduled for every 150,000 missions, necessitates replacing critical parts such as vertical belts, pulleys, and motors. This structured maintenance program is vital for the machine's operational efficiency and extends its service life, underscoring the importance of regular maintenance in government contract stipulations for equipment reliability and safety standards.
    The document appears to be corrupted or contains unreadable data, making it impossible to derive meaningful information or summarize its content accurately. Its structure is disrupted, and the main topics, key ideas, and supporting details cannot be identified due to the extensive presence of non-text characters. Consequently, the document does not convey any coherent or clear subject matter related to government RFPs, federal grants, or state/local RFPs. Without access to intact text, a meaningful summary cannot be created, as it lacks clarity, context, and discernible content.
    The document in question appears to be a technical notification regarding an issue with accessing the full contents of a PDF file related to federal government RFPs, federal grants, and state/local RFPs. It highlights a potential inability of the viewer to display the document properly, suggesting an upgrade to the latest version of Adobe Reader as a solution. The message also contains general information about trademarks related to Windows, Mac, and Linux operating systems. Since no substantive content regarding RFPs or grants is provided, the primary focus is on resolving technical difficulties related to document access rather than conveying information on proposals or funding opportunities. Therefore, the central idea revolves around addressing software compatibility issues, with no further details or context found regarding the actual governmental solicitations or funding mechanisms. Without additional context or content to analyze, it is challenging to provide insight into the expected operations, priorities, or guidelines typically outlined in RFPs or grants.
    The document appears to be associated with issues pertaining to accessing or displaying a specific government file related to federal RFPs, grants, and state or local RFPs. It emphasizes the necessity of upgrading to the latest version of Adobe Reader to properly view certain file types. The message focuses on technical support and compatibility of software, highlighting the importance of software updates for accessing official documents. Though specific content regarding government RFPs or grants remains unavailable due to the viewing error, the underlying topic revolves around navigating and obtaining government-related funding and proposals effectively. Access to such documents is essential for interested parties seeking federal and state opportunities, emphasizing the need for functional digital tools in the acquisition process.
    The document appears to be an inaccessible file related to federal government RFPs, federal grants, and state or local RFPs, outlining specific procedures or requirements for potential applicants. Though the original content is not displayed, it likely covers topics such as eligibility criteria, application processes, submission guidelines, and evaluation criteria associated with these funding opportunities. Understanding the content of such a file is crucial for stakeholders seeking government funding, as it would provide the necessary framework to navigate the RFP and grant application landscape effectively. Hence, this inaccessible file could encompass information vital for entities looking to participate in government-funded projects, ensuring compliance with federal and local regulations while maximizing funding opportunities.
    The document outlines the Privacy Act Statement associated with visit notifications for the Defense Logistics Agency (DLA), specifically for access control to Department of Defense (DoD) installations and facilities. Its primary purpose is to manage and restrict access to sensitive areas, ensuring operational security. The information collected includes personal details of visitors, such as name, Social Security Number, date of birth, and security clearances, which are essential for conducting thorough background checks. Visitors are required to voluntarily provide this information, although failure to do so may result in denied access. The document emphasizes compliance with established regulations under U.S. law and federal guidelines associated with security protocols. It's structured into sections that detail visitor information, security representative verification, and guidelines pertaining to information disclosure and usage. Overall, this visit notification form underscores the importance of security measures within federal installations, adhering to privacy standards while facilitating necessary access for authorized personnel.
    This document serves as an amendment to the solicitation SP3300-25-Q-0019, detailing procedural requirements for acknowledging the amendment and providing instructions for potential contractors. Offers must confirm receipt of this amendment before the specified deadline using various methods, including returning specified forms or via electronic communication. Notably, the amendment eliminates the small business set-aside classification, making the solicitation unrestricted under NAICS 811310, which has a size standard of $12.5 million. All other terms from the original document remain unchanged. The amendment is issued by DLA Distribution’s Acquisition Operations and seeks to clarify the revisions made to the solicitation process, ensuring compliance and clear communication with potential contractors.
    The Defense Logistics Agency (DLA) is soliciting quotes for preventative and corrective maintenance of Vertical Lift Modules (VLMs) under Solicitation Number SP3300-25-Q-0019. This combined synopsis/solicitation, issued on February 3, 2025, is set as a small business set-aside under NAICS code 811310. The proposal requests vendors to provide a time and materials purchase order with a firm-fixed-price structure, covering a base year and four option years, from March 15, 2025, to March 14, 2030. Interested vendors must submit their quotes by March 3, 2025, and can pose questions by February 18, 2025. Essential requirements include registration in the System for Award Management (SAM) and adherence to various federal clauses concerning commercial products and services. Additionally, the solicitation includes several clauses focused on labor standards, equal opportunities, and subcontracting. This initiative seeks to ensure the maintenance of crucial equipment used by DLA, promoting efficiency and operational integrity within federal government logistics operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    Material Handling Equipment Maintenance Services - DLA Disposition Services North Carolina: Ft. Liberty and Camp Lejeune
    Buyer not available
    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.
    39--TWISTLOCK
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of TWISTLOCKs, specifically NSN 3990015003224. The solicitation includes two lines: 26 units for Line 0001 and 360 units for Line 0002, both to be delivered to DLA Distribution Albany within 95 days after order. These materials handling equipment components are crucial for overhead traveling crane and hoist systems, ensuring efficient operations in military logistics. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to DibbsBSM@dla.mil.
    One (1) DN PUMA 5100 LYB Horizontal Turning Center including all tooling, training and removal of existing machine
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking to procure one DN PUMA 5100 LYB Horizontal Turning Center, which includes all necessary tooling, training, and the removal of an existing machine. This procurement is critical for enhancing machining capabilities and will require contract completion within 365 days post-award. The solicitation, identified as SPE4A8-25-Q-0034, is expected to be issued around February 15, 2025, with responses due by March 14, 2025. Interested vendors should contact Jasmine Johnson at Jasmine.1.Johnson@dla.mil or call 804-279-5094 for further details.
    81--COVER MODULAR STORA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 36 units of the COVER MODULAR STORA, identified by NSN 8145015121017. This solicitation is part of a combined synopsis/solicitation process, and the goods are essential for military logistics and storage solutions. Interested vendors are required to submit their quotes electronically, as hard copies will not be provided, and all responsible sources are encouraged to participate. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and quotes must be submitted within the specified timeframe to be considered.
    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.
    ELECTRONIC MODULE S
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is issuing a presolicitation notice for an Indefinite Quantity Contract (IQC) to provide stock replenishment coverage for military depots, specifically for the procurement of Electronic Modules. The contract will cover one National Stock Number (NSN) item, with an estimated annual demand of 17 units, and will be available for a total duration of five years, including three base years and two option years. This procurement is crucial for maintaining the operational readiness of military equipment, and the solicitation is expected to be released on or about February 19, 2025. Interested parties can reach out to Zachary Mullins at Zachary.mullins@dla.mil for further information.