Solicitation for HAFB Lektrievers/ VLM
ID: FA822425R0010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8224 OL H PZI PZIMHILL AFB, UT, 84056-5805, 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, specifically the Department of the Air Force, is soliciting proposals for maintenance and repair services for Lektriever Carousel and Vertical Lift Modules (VLMs) at Hill Air Force Base in Utah. The procurement aims to secure preventative maintenance, inspection, repair, relocation, and disposal services, ensuring operational efficiency and compliance with safety standards. This contract is particularly significant as it supports the maintenance of critical equipment used in various military operations, with a total budget of $12,500,000 allocated for the project. Interested small businesses are encouraged to submit their proposals electronically through PIEE by the specified deadline, with inquiries directed to Kyle McDermott at kyle.mcdermott.1@us.af.mil or Shelly Bachison at shelly.bachison@us.af.mil.

    Files
    Title
    Posted
    The Performance-Based Work Statement (PWS) outlines requirements for preventative maintenance inspection (PMI), repair, and relocation/disposal of Carousels and Vertical Lift Modules (VLMs) at Hill Air Force Base. The contractor must employ certified personnel to conduct scheduled PMIs biannually, addressing all maintenance and necessary repairs according to manufacturer specifications. For repairs exceeding $500, the contractor must obtain prior approval from the government. In addition to maintenance, the contractor is responsible for relocating and disposing of equipment per governmental directives and must respond to unscheduled maintenance requests within one business day. Submissions of Monthly Activity Summaries are required to document maintenance activities and parts replacement. Quality assurance and safety standards are emphasized throughout the process, with procedures laid out for contractor performance evaluation, compliance with safety regulations, and environmental controls. The document mandates adherence to security requirements and includes specific contractor obligations regarding training, identification badges, and reporting lost or stolen credentials. Overall, this PWS is crucial in ensuring operational efficiency and safety at Hill Air Force Base while maintaining compliance with federal and local regulations.
    The document outlines pricing instructions for contractors responding to a government request for proposals (RFP). It provides a framework for submitting cost proposals across various contract line item numbers (CLINs), which include preventative maintenance, relocation, disposal, and repair services. Contractors must fill out specific cells highlighted in blue for each option period, ensuring that totals and formulas within the workbook remain unaltered. The government retains discretion on whether to exercise the option periods, which will not be factored into the total evaluated price (TEP) for selection purposes. Important evaluation criteria encompass past performance quality, timeliness, and any performance deficiencies documented through corrective actions. This establishes a structured and competitive environment for bidders, aiming to secure the best value for the government. The total costs across the base year and subsequent option periods are to be calculated and presented in accordance with the provided worksheets, ensuring that unit prices remain contractually binding for future task orders. Overall, this document serves as a crucial guide for contractors to navigate pricing and submission requirements for federal contracts.
    The document, which appears to be a technical message regarding issues with viewing a file, does not provide substantive content related to federal government RFPs, federal grants, or state and local RFPs. It mainly outlines potential technical difficulties with Adobe Reader and suggests updating the software or visiting the Adobe website for further assistance. Consequently, it lacks key ideas, supporting details, and structure pertinent to the main topics of government requests for proposals and grants. Without any actual content to analyze or summarize, it's impossible to extract information or convey a meaningful summary related to the intended topics of funding opportunities and government procurement processes.
    The provided file appears to be a placeholder message indicating an issue with displaying the relevant government document, likely linked to federal RFPs, federal grants, or state and local RFPs. It advises users to update their Adobe Reader to properly view the document, providing links for assistance. There are no substantive contents or key ideas available for analysis due to this technical limitation. Given the context of government-related documents, one might expect that future content would revolve around opportunities for funding or contracting, detailing specific project requirements, funding eligibility, or submission guidelines aimed at potential applicants or contractors. However, without accessible content, no further details can be summarized or analyzed.
    The document appears to be an error message regarding the inability to display a PDF file related to federal government RFPs, federal grants, and state and local RFPs. It suggests upgrading to the latest version of Adobe Reader for improved compatibility. The content intended for review might include vital information and guidelines pertaining to government funding opportunities, proposals, and compliance criteria, which are essential for interested stakeholders. However, since the document's contents are not available, a detailed summary of specific programs, priorities, or criteria cannot be provided. The focus remains on the significance of proper software to access crucial governmental information, reflecting the urgency of addressing technical barriers in accessing public resources.
    The document pertains to federal and state solicitations for proposals (RFPs) and grants aimed at enhancing public service initiatives. Although the specific content of the file is not accessible, the context suggests a focus on funding opportunities that support various projects within federal, state, and local government frameworks. Such opportunities typically include guidelines for eligibility, application processes, evaluation criteria, and project requirements. Through RFPs and grants, government entities aim to solicit innovative solutions and services that align with strategic objectives, particularly those enhancing community welfare, infrastructure development, or public health initiatives. The structure generally includes a call for proposals, instructions for submission, deadlines, and funding parameters. The purpose of these documents is to encourage qualified organizations or individuals to contribute their expertise to achieve governmental aims, ultimately fostering transparency and collaboration between public and private sectors. This highlights a commitment to utilizing external expertise to address pressing societal challenges while ensuring compliance with government standards and accountability measures.
    The document appears to be inaccessible, as it deters the reader with a message about issues with displaying its contents. Consequently, it lacks any substantive information related to federal government RFPs, grants, or state and local RFPs, making it impossible to summarize key points, central ideas, or the document's structure. As it stands, the focus should be on obtaining the correct format or version of the document to obtain the pertinent details related to the intended analysis of government funding proposals or grants. Until the actual content is provided, no analysis or summary can be produced to capture the essence or purpose of the document. Further steps should include ensuring that the document is viewable or converting it to a compatible format for review.
    The document outlines instructions for offerors submitting proposals related to maintenance for Lektriever Carousel and Vertical Lift Modules. It specifies that proposals must adhere to all solicitation requirements, including technical and pricing aspects, and failure to comply may lead to disqualification. Proposals are to be structured into two volumes: Volume I for Price Proposal, detailing forms, pricing components, and a Total Evaluated Price (TEP) worksheet, and Volume II for Technical Evaluation, limited to twelve pages, focusing on the offeror's capabilities and experience relevant to the provided Performance Work Statement (PWS). Evaluation criteria include response times for inoperative equipment and the ability to source Original Equipment Manufacturer (OEM) parts, especially obsolete items. Formatting and submission guidelines dictate page limits, font size, and document structure. Proposals must be electronically submitted through PIEE by the specified deadline, with recipient confirmations to be requested if necessary. This document exemplifies the structured approach necessary for federal RFPs, ensuring clear communication and compliance for potential contractors in government procurement processes.
    This document outlines the evaluation factors for awarding a contract for Vertical Lift Module Maintenance under the federal acquisition process. The main selection method is Lowest Price Technically Acceptable (LPTA), focusing on price and technical proposal factors. Bidders are required to submit offers that conform to solicitation requirements, with prices evaluated for reasonableness and balance. The evaluation process involves assessing the total evaluated price (TEP) and the technical acceptability of offers. The technical proposals are judged on a pass/fail basis, ensuring they detail the contractor's capability and methodology without merely restating the performance work statement. Specific technical sub-factors relate to response times for inoperative equipment and the ability to procure original equipment manufacturer (OEM) parts. Offerors must satisfy all terms and requirements outlined in the solicitation, as any deviations may render their proposal ineligible for award. The overall goal is to establish a contract that ensures the government’s needs for maintenance and service are efficiently met while maintaining standards of quality and price competitiveness.
    The document outlines a solicitation for the Women-Owned Small Business (WOSB) program, emphasizing the need for preventative maintenance, inspection, repair, relocation, and disposal services for Vertical Lift Modules (VLMs) at Hill Air Force Base. It specifies a total budget of $12,500,000, with various line items categorized by VLM sizes and related services. The solicitation includes detailed descriptions of services required, pricing arrangements, delivery schedules, and the overall period of performance set from June 2025 to June 2030. The document mandates adherence to federal regulations and includes clauses concerning small business participation, ensuring that economically disadvantaged women-owned entities have opportunities to engage in this federal procurement process. Additionally, it highlights administrative details, including contact information for inquiries and invoice submission processes, reinforcing the commitment to transparent and efficient contract management while supporting small business growth within the federal contracting arena.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    NDI Hoist Rail Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide NDI Hoist Rail Services at Hill Air Force Base, Utah. The procurement involves maintenance and repair services for the REL Hoist Rail System, including preventative maintenance, emergency repairs, and software updates, all in accordance with OEM specifications. This contract is crucial for ensuring the operational readiness and reliability of essential maintenance systems, with a performance period from April 25, 2025, to April 24, 2030. Interested contractors must submit their offers by March 3, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Heather Minchey at heather.minchey.1@us.af.mil or Hideo Mera at hideo.mera.2@us.af.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.
    PKB Kardex Shelving and Hi-Density Spacesaving Systems Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for maintenance services related to PKB Kardex Shelving and Hi-Density Spacesaving Systems at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for routine inspections, emergency repairs, and ensuring the functionality of the systems, with services scheduled to commence on February 5, 2025, and extend through September 30, 2030, including a base year and four option years. This procurement is critical for maintaining operational efficiency and security within military facilities, emphasizing compliance with safety and environmental regulations. Interested contractors should contact Brandon Bartlett at brandon.bartlett.2@us.af.mil or (307) 773-3892 for further details and to ensure their proposals meet the outlined requirements.
    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, Oklahoma. The procurement involves both preventive and corrective maintenance, requiring contractors to deliver all necessary labor, tools, and materials while adhering to stringent quality control and cybersecurity regulations. This maintenance is crucial for ensuring the operational availability of the VLMs, which are essential for efficient logistics operations. Proposals must be submitted via email by March 10, 2025, and interested parties should contact Allexas R. Kirchgessner at Allexas.Kirchgessner@dla.mil or 717-770-4285 for further details. The estimated budget for the project is $50,000, with a performance period from April 1, 2025, to March 31, 2026, and options for two additional years.
    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.
    Non-Stock Listed (ND) Multiple Award Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Non-Stock Listed Multiple Award Blanket Purchase Agreement (BPA) related to machined and manufactured supplies at Hill Air Force Base in Utah. The BPA, identified under solicitation FA820625Q0007, aims to procure items such as safety ventilation cylinder valves, with a focus on compliance with the North American Industry Classification System (NAICS) 332710 and adherence to federal procurement standards. This opportunity is crucial for ensuring the availability of necessary supplies for defense operations, with the government planning to award contracts to up to ten qualified small businesses based on their technical capabilities, pricing, and past performance. Interested parties must submit their proposals by April 7, 2025, and can direct inquiries to Arthur Gumushyan at arthur.gumushyan@us.af.mil or by phone at 801-586-8086.
    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.
    Material Test System Calibration Services - Hill AFB, Utah
    Buyer not available
    The Department of Defense, through the Air Force Materiel Command at Hill Air Force Base, Utah, is seeking proposals for Material Test System Calibration Services for the 582nd Missile Maintenance Squadron. The contractor will be responsible for providing annual calibrations of the Material Test System (MTS) and High-Rate Propellant Test System (HRPTS) in accordance with government specifications, ensuring that all systems remain operational and meet original equipment manufacturer standards. This procurement is critical for maintaining the operational readiness and safety of aerospace and defense equipment, with the contract expected to span a base year plus four optional one-year extensions. Interested vendors must submit their proposals by February 27, 2025, and direct inquiries to Rachel Wright or Melissa Huston before the questions deadline on February 19, 2025.
    USAFA Vertical Transportation Equipment and Maintenance Services Solicitation
    Buyer not available
    The Department of Defense, through the United States Air Force Academy, is soliciting proposals for Vertical Transportation Equipment Maintenance Services. This procurement aims to ensure the proper maintenance and operation of vertical transportation systems at the Academy, which is critical for the safety and efficiency of personnel and operations on the premises. Interested contractors should note that the solicitation falls under the NAICS code 238290, focusing on Other Building Equipment Contractors, and the PSC code J059, which pertains to maintenance and repair of electrical and electronic equipment components. For further inquiries, potential bidders can contact Cierra Fitzgerald at cierra.fitzgerald.1@us.af.mil or by phone at 719-216-3664.