Medical Handling Equipment (MHE) Maintenance
ID: FA805225R0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8052 773 ESSSAN ANTONIO, TX, 78236-0119, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force's 773 Enterprise Sourcing Squadron, is soliciting proposals for the maintenance of Material Handling Equipment (MHE) at Joint Base San Antonio (JBSA) in Texas. The contractor will be responsible for providing preventive and repair services, including the necessary expertise, personnel, tools, materials, and labor to maintain the MHE as outlined in the attached Statement of Work. This contract is crucial for ensuring the operational readiness of equipment used in military logistics, with a performance period starting from March 1, 2025, to February 28, 2026, and four additional option years available. Interested small businesses must submit their proposals electronically by January 23, 2025, and direct inquiries to Ollie Stewart at ollie.stewart@us.af.mil or Justin Ashley at justin.ashley.6@us.af.mil before January 9, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work for the Air Force Medical Readiness Agency (AFMRA) regarding the maintenance of Material Handling Equipment (MHE). The primary objective is to provide preventive and repair maintenance services at various government sites in San Antonio, TX, Charleston, SC, Travis, CA, and Lewis-McChord, WA. The contractor is responsible for supplying the necessary expertise, personnel, and materials to sustain equipment operations. Services include quarterly preventive maintenance inspections, emergency repairs, equipment transportation, and compliance with environmental regulations. Inspections must follow manufacturers' standards, with detailed reports submitted to the Contracting Officer’s Representative (COR). Additionally, all maintenance work requires prior approval from the COR for any unscheduled repairs. The contract emphasizes the importance of effective communication between the contractor and government representatives, while also addressing the significance of spill prevention and environmental safeguards. The overall aim is to ensure reliable and efficient operation of MHE to support AFMRA logistics operations. This document serves as a formal Request for Proposals (RFP) for potential contractors within the federal grants and RFP framework.
    The document outlines a pricing schedule for Material Handling Equipment (MHE) maintenance support for various military bases, including JBSA LAFB, JB Charleston, Travis AFB, and Lewis-McChord. It specifies job types and tasks categorized into Scheduled/Preventive Maintenance, Unscheduled Maintenance, and Vehicle Hauling services, with distinct Contract Line Item Numbers (CLINs) for each job. The scope covers a multi-year period from March 2025 to February 2030, divided into base and option years with varying quantities and estimated pricing for each identified job type. Main elements include firm-fixed-price (FFP) contracts for scheduled maintenance, cost/not-to-exceed (Cost/NTE) structures for unscheduled services, and specifics of the period of performance (PoP) for each task. The pricing structure establishes a model for fiscal planning and resource allocation, ensuring maintenance support across the specified installations. This strategic plan underscores the government’s commitment to maintaining military readiness through effective equipment upkeep while adhering to budgetary constraints and contractual obligations. This RFP serves to streamline procurement processes for maintenance services and outlines a structured approach to enhance operational efficiency at military facilities.
    The document outlines a pricing schedule for Material Handling Equipment (MHE) maintenance support under a federal contract involving multiple locations, including Joint Base San Antonio (JBSA), Charleston, Travis AFB, and Lewis-McChord. It specifies Contract Line Item Numbers (CLINs) for various maintenance jobs, including scheduled/preventive maintenance and unscheduled maintenance, across a defined period of performance from March 2025 to February 2030. Each job type is classified as either Firm Fixed Price (FFP) or Cost Not To Exceed (Cost/NTE), indicating different pricing structures. The schedule includes quantities and unit prices for scheduled maintenance jobs at JBSA (96), Charleston (64), Travis (20), and Lewis-McChord (4), alongside provisions for unscheduled maintenance and vehicle hauling as needed. Option years for continued maintenance are detailed, reflecting a comprehensive approach to service support for military installations. The overall purpose of this document is to provide a structured plan for the needed maintenance services while adhering to federal procurement regulations and ensuring operational readiness of equipment across the specified military bases.
    The document outlines a Pricing Schedule for Material Handling Equipment (MHE) Maintenance Support under multiple Contract Line Item Numbers (CLINs) for various military bases. It details scheduled preventive and unscheduled maintenance services, along with vehicle hauling as needed, for Joint Base San Antonio (JBSA), Charleston, Travis Air Force Base (AFB), and Lewis-McChord across a five-year period from March 2025 through February 2030. Each CLIN is categorized as Firm Fixed Price (FFP) with a specified period of performance (PoP) for each job. The document is structured into blocks corresponding to the base periods and option years, indicating a systematic approach to pricing maintenance and support services required by the U.S. military. The purpose of this initiative is to ensure efficient upkeep of equipment at these bases, aligning with government contract guidelines for procurement, service delivery, and consistent support maintenance.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, including mandates for minimum wage rates that contractors must adhere to based on Executive Orders 14026 and 13658, effective in Texas. It specifies wage rates for various occupations, ranging from administrative support to technical roles, with detailed compensation for covered workers. For contracts initiated after January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts prior may align with a lower rate of $12.90 per hour. Additional stipulations include health and welfare benefits, vacation, sick leave, and holiday compensation requirements typical for SCA contracts. The document emphasizes the conformance process for unlisted job classifications and compliance with federal wage requirements, ensuring fair remuneration for service workers engaging in government contracts. Overall, the file serves as a crucial reference for contractors to comply with federal wage regulations in service contracts, aiming to protect workers' rights and establish fair pay standards.
    The document is a Wage Determination notice under the Service Contract Act issued by the U.S. Department of Labor, specifying minimum wage rates and fringe benefits for various occupations in South Carolina’s Berkeley, Charleston, and Dorchester counties. Contractors must follow Executive Orders 14026 and 13658 regarding minimum wage rates, which are set at $17.20 and $12.90 per hour, respectively, depending on contract award dates. A comprehensive table lists over 400 occupations, detailing specific pay rates for administrative, food service, healthcare, and technical roles, of which many have associated benefits. Additionally, the notice outlines the requirements for paid sick leave under Executive Order 13706, along with mandated health benefits, vacation, and holiday entitlements. It emphasizes that contractors are responsible for confirming unlisted classifications and wage rates, adhering to proper compliance and conformance processes. Overall, this document ensures fair compensation and benefits for employees under government contracts, reflecting a commitment to labor standards and protections in federal contracting.
    The document outlines the wage determination for contracts under the Service Contract Act (SCA), specifically for California's Solano County, as revised on July 22, 2024. It establishes minimum wage standards and outlines regulations relating to Executive Orders 14026 and 13658, which require contractors to pay at least $17.20 or $12.90 per hour for specific contract periods. Detailed wage rates for various occupations are provided, covering administrative, automotive, health, and technical roles, among others. Additionally, it specifies fringe benefits, health and welfare contributions, vacation entitlements, and holiday pay requirements. The document further discusses employee rights under the Executive Order for paid sick leave. Compliance requirements regarding classifications of unlisted occupations and procedures for wage determination are also highlighted. The content underscores the government's commitment to fair labor practices and worker protections in federal contracting.
    The document pertains to the Register of Wage Determinations under the Service Contract Act, specifically Wage Determination No. 2015-5539, Revision No. 26, effective from July 22, 2024. It mandates that federal contracts must pay at least the minimum wage defined by Executive Orders 14026 and 13658. For contracts awarded or renewed after January 30, 2022, the minimum wage is set at $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour if not renewed. The document outlines various occupations and their corresponding wage rates in Pierce County, Washington, including administrative support, automotive service, food preparation, health occupations, and more. Additionally, it mentions fringe benefits such as health and welfare, vacation, and holiday pay, alongside stipulations for workers' compensation regarding uniform allowances and hazardous pay differentials. The document highlights compliance requirements for contractors and the conformance process for unlisted occupations under federal contracts. Compliance with Executive Order 13706 is also outlined, which mandates paid sick leave for federal contractors. This Register serves as a crucial reference for employers to ensure adherence to wage laws and worker protections in federally funded projects.
    The document is an equipment list detailing various forklifts, cherry pickers, pallet movers, and floor cleaning machines from multiple manufacturers, including Big Joe, Raymond, Toyota, and Hyster. It includes specific models, serial numbers, and descriptions of electric and gas-powered equipment, with a focus on vehicles used in warehouses and similar facilities. Locations specified include Charleston CSDC in South Carolina, San Antonio, Texas, and Travis CSDC in California, among others. This equipment is likely associated with government operations or procurement processes. The inclusion of multiple entries for some models suggests a significant quantity of machinery, indicating the logistical needs of federal agencies or contractors. This document potentially serves as a reference for federal grants or RFPs regarding equipment acquisition or inventory management, highlighting the careful cataloging required for government resource allocation.
    This document outlines essential contract administration data, including Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, which govern contracts in defense and federal contracting. Key clauses include provisions for electronic submission of payment requests, funding availability, and compliance requirements related to small business operations, safety standards, and ethical conduct. The Wide Area Workflow (WAWF) system is emphasized for the electronic processing of vendor payment requests, detailing how contractors must access and utilize this system for submitting relevant documents. Additionally, the document lists various attachments that provide further specifications, wage determinations, and statements of work for specific projects. The purpose is to provide clear guidance on legal obligations and procedural requirements for contractors, ensuring consistent compliance and effective contract management in government-related acquisitions.
    The U.S. Air Force's 773 Enterprise Sourcing Squadron is seeking proposals for the maintenance of material handling equipment (MHE) at Joint Base San Antonio (JBSA) Lackland, Texas. This solicitation, identified as FA805225R0004, is specifically set aside for small businesses under the NAICS code 811310, with a size standard of $12.5 million. Interested vendors must provide preventative and repair services, tools, materials, and labor for MHE maintenance, as detailed in the attached Statement of Work. The contract will span a base year from March 1, 2025, to February 28, 2026, with four additional option years. Proposals must be electronically submitted by January 23, 2025, at noon CST to specified contract representatives, and inquiries are accepted until January 9, 2025. Additionally, bidders must have an established Wide Area Work Flow account for invoice submissions and must be registered in the System for Award Management (SAM) database to ensure responsiveness. The government retains the right to cancel the solicitation at any time without obligation to reimburse participating vendors. This solicitation represents a typical government RFP process aimed at contracting maintenance services for federal facilities, emphasizing compliance and vendor qualifications.
    The document addresses a solicitation for services at specific military installations in San Antonio, TX, and Charleston, SC, detailing the requirements for an incumbent contractor, C2G LTD, and their responsibilities. The San Antonio site is confirmed to be off-base at 601 Davy Crockett Rd, while services will also extend to locations in Travis, CA, and Lewis-McChord, WA. It clarifies the contractor's scope, which includes providing services exclusively for specified equipment. Invoicing procedures for both quarterly Preventive Maintenance Inspections and Unscheduled Maintenance are outlined, with adjustments made to allow for individual inspections to be billed based on actual performance rather than a lump sum. The document's structure effectively answers key questions regarding service locations, incumbent contractors, and invoicing practices, ensuring clarity about expectations for contractors involved in government contracts. This content falls within the framework of federal RFPs, demonstrating procedural compliance, contractor engagement, and oversight in public-private partnerships.
    Lifecycle
    Title
    Type
    Similar Opportunities
    HVAC Assessment and Repair Services
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) assessment and repair services at Joint Base San Antonio (JBSA), Texas. The procurement aims to establish a five-year Blanket Purchase Agreement (BPA) from February 1, 2026, to January 31, 2031, covering various HVAC systems, including Air Handler Units, Fan Coil Units, Water Source Heat Pumps, Chillers, and Variable Refrigerant Flow systems across JBSA-Lackland, JBSA-Randolph, JBSA-Fort Sam Houston, and JBSA-Camp Bullis. This opportunity is crucial for maintaining operational efficiency and comfort within military facilities, and interested parties are encouraged to submit a capability statement detailing their qualifications and experience by contacting Bismark Badu at bismark.badu.3@us.af.mil or 210-671-1727. Please note that this notice is for market research purposes only and does not constitute a solicitation for proposals.
    Bridge for Biomedical Equipment Technicians
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure services related to the maintenance, repair, and rebuilding of medical, dental, and veterinary equipment and supplies at Joint Base San Antonio (JBSA) Ft Sam Houston, Texas. This opportunity is focused on supporting biomedical equipment technicians, ensuring that critical medical equipment remains operational and effective for military healthcare services. The procurement is vital for maintaining the readiness and reliability of medical equipment used in various military operations. Interested parties can reach out to Kathy Clayton at kathy.g.clayton.civ@health.mil or by phone at 210-539-8663 for further details regarding this opportunity.
    DDSP Material Handling Equipment (MHE) Batteries
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified vendors to provide Material Handling Equipment (MHE) Batteries under a combined synopsis/solicitation (SP3300-26-Q-0011). The procurement requires new batteries with specific amp-hour ratings, factory-installed single-point water systems, and a 5-year warranty, emphasizing compliance with detailed specifications for various battery models intended for use in material handling equipment. This opportunity is a total small business set-aside, with quotes due by December 19, 2025, at 1:00 PM EST, and must be submitted electronically to Brian Keckler at brian.keckler@dla.mil. The contract will be awarded based on the Lowest Technically Acceptable Price, with delivery required within 60 days of order receipt.
    Notice of Intent- JBSA MSWM Refuse
    Dept Of Defense
    The Department of Defense, through the 502d Contracting Squadron, intends to issue a sole-source contract for Municipal Solid Waste Management Services at Joint Base San Antonio (JBSA) installations, specifically to Perry Management Corporation of South Dakota LLC. The contract will encompass the provision of personnel, equipment, and services necessary for base-wide municipal solid waste collection and disposal, including asbestos disposal at JBSA Lackland, and will cover additional locations such as Randolph, Fort Sam Houston, Camp Bullis, Canyon Lake military recreational areas, and Seguin Airfield, all in compliance with applicable laws and regulations. The anticipated period of performance for this contract is from February 1, 2026, to March 31, 2026, with interested parties encouraged to submit their capabilities by December 22, 2026, to assess the feasibility of competitive procurement. For inquiries, contact Norena Phillips at norena.phillips@us.af.mil.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Maintenance, Repair, and Inspection of Hoists in the Kaiserslautern Military Community (KMC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance, repair, and inspection services for hoists within the Kaiserslautern Military Community (KMC) in Germany. The procurement aims to ensure the continuous and safe operation of hoists at various locations, adhering to both German and U.S. standards, with a contract that includes a base period from November 1, 2025, to October 31, 2026, and four optional one-year extensions through October 31, 2030. This service is critical for maintaining operational integrity and safety within military facilities, as it encompasses routine and emergency repairs, safety inspections, and compliance with stringent environmental and security regulations. Interested vendors must submit their proposals by August 22, 2025, and can contact Beatrice Meier at beatrice.meier.1.de@us.af.mil or Tristan Gallemore at tristan.gallemore@us.af.mil for further information.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    W912CH26R0015 AUTOMATIC STAND MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the United States Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of 49 Automatic Stand Maintenance units, identified by National Stock Number 4910-01-117-4344 and Part Number 1750A. This opportunity is set aside for small businesses and will result in a Firm Fixed Price contract, with an option for an additional 49 units, emphasizing the importance of military packaging and compliance with specific preservation standards. Proposals are due by January 12, 2026, at 5:00 PM EST, and must be submitted electronically to Contract Specialist Robin Walker at robin.a.walker6.civ@army.mil, with all submissions evaluated based on price only. Interested parties should also be aware of the requirement for compliance with Special Packaging Instructions and the necessity for electronic invoicing via Wide Area WorkFlow (WAWF).
    Annual SAN Maintenance Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide maintenance support renewal for an existing Storage Area Network (SAN) at Hanscom Air Force Base in Massachusetts. The procurement aims to secure ongoing maintenance for various IBM FlashSystem and TS4300 Tape modules, ensuring on-site repair, media retention, and support during normal business hours, with a performance period from February 1, 2026, to January 31, 2027. This maintenance is critical for the operational integrity and performance of the Air Force's communications and information systems. Interested vendors must submit their quotes by January 5, 2026, and direct any inquiries to Kristin Morrison or Lt Amanda Thoman via the provided email addresses.