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
  1. 1
    Posted Dec 31, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 23, 2025, 12:00 AM UTC
  3. 3
    Due Jan 27, 2025, 6:00 PM UTC
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
Jan 23, 2025, 6:04 PM UTC
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.
Jan 10, 2025, 3:05 PM UTC
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.
Jan 23, 2025, 6:04 PM UTC
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.
Dec 31, 2024, 1:04 PM UTC
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.
Jan 23, 2025, 6:04 PM UTC
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.
Jan 23, 2025, 6:04 PM UTC
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.
Jan 23, 2025, 6:04 PM UTC
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.
Jan 23, 2025, 6:04 PM UTC
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.
Jan 23, 2025, 6:04 PM UTC
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.
Jan 23, 2025, 6:04 PM UTC
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
Solicitation
Similar Opportunities
FA8604, MMHS at JB Charleston, MMHS
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center, is soliciting proposals for a Material Handling System (MMHS) at Joint Base Charleston, South Carolina, under Solicitation Number FA8604-25-R-B014. The procurement involves the design, fabrication, installation, and testing of a system that includes dock levelers and a power conveyor, with specific requirements outlined in the solicitation documents. This project is critical for enhancing operational efficiency at the base, and the contract is set aside exclusively for small businesses, with a completion timeline of 390 days from the award date. Interested vendors must submit their proposals by 3:00 PM EDT on April 30, 2025, and can direct inquiries to Andrew Petersen at andrew.petersen.3@us.af.mil or by phone at 937-123-3456.
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.
FA8604 MMH System at Dover MMHS
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FA8604 MMH System at Dover Air Force Base, Delaware, under Solicitation Number FA8604-25-R-B021. The procurement involves the design, fabrication, installation, and testing of a Mechanized Material Handling System, with a total of eight line items specified in the request for proposal. This system is crucial for enhancing material handling efficiency at the base, and the contract completion is required within 360 days from the award date. Interested parties must submit their proposals by 3:00 PM Eastern Daylight Time on May 21, 2025, and are encouraged to direct any questions to the primary contacts, Andrew Petersen and Samantha Ekberg, via email. All proposals must be submitted through the Procurement Integrated Enterprise Environment (PIEE) platform, and late submissions will not be considered.
Military Razor Vehicle Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide maintenance services for 23 Military Razor (MRZR) All-Terrain Vehicles (ATVs) at Joint Base San Antonio (JBSA) Camp Bullis, Texas. The contractor will be responsible for performing quarterly fleet maintenance, including essential services such as oil changes, brake fluid replacements, and tire changes, as outlined in the Performance Work Statement (PWS). This procurement is crucial for ensuring the operational readiness and safety of military vehicles, reflecting the government's commitment to maintaining high standards in vehicle maintenance. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes electronically by May 12, 2025, with a contract duration of one base year and four optional one-year periods, and can contact Parie D Reynolds at parie.reynolds@us.af.mil or 210-671-1777 for further details.
Material Handling Equipment Maintenance
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking qualified small businesses to provide maintenance and repair services for Material Handling Equipment (MHE), including forklifts and pallet jacks. The procurement includes a base year and one option year, focusing on annual preventative maintenance, necessary repairs, and compliance with Original Equipment Manufacturer (OEM) guidelines, with a strong emphasis on safety and regulatory adherence. This contract is crucial for ensuring the operational efficiency and safety of equipment used in government operations, reflecting the importance of maintaining high standards in equipment management. Interested contractors must submit their proposals by May 2, 2025, and can contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil or by phone at 401-832-6525 for further details.
FA8604 High Density Storage System at Offutt Air Force Base MMHS
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center, is soliciting proposals for a High-Density Storage System at Offutt Air Force Base, Nebraska. This procurement involves the design, fabrication, installation, and testing of a storage system, with a total of ten line items specified in the Request for Proposal (RFP) FA8604-25-R-B020. The selected contractor will be required to complete the project within 240 days of award, emphasizing the importance of efficient materials handling in military logistics. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) by 3:00 PM Eastern Daylight Time on May 19, 2025, and interested parties should direct inquiries to Andrew Petersen at andrew.petersen.3@us.af.mil or Samantha Ekberg at samantha.ekberg@us.af.mil before May 12, 2025.
FA8604 Conveyor System at Joint Base Hickam Hawaii MMHS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the design, fabrication, installation, and testing of a Conveyor System at Joint Base Hickam, Hawaii. This procurement is a total small business set-aside and is governed by the guidelines outlined in FAR 52.212-01 and FAR 52.212-02, with a focus on ensuring that no more than 50% of the contract value is subcontracted to entities that are not similarly situated. The successful contractor will be required to complete the project within 360 days from the award date, with proposals evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria. Interested parties must submit their proposals by 2:00 PM EDT on May 15, 2025, and are encouraged to direct any questions to the primary contacts, Andrew Petersen and Christy Delk, via email before May 8, 2025.
FA8604, Storage Aid System at Hurlburt Air Force Base, Florida, MMHS
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center, is soliciting proposals for the design, fabrication, installation, and testing of a Storage Aid System at Hurlburt Air Force Base in Florida. This procurement is a total small business set-aside and encompasses nine line items, including the demolition of existing structures and the installation of new equipment, with specific requirements for modular office communication services and vehicle specifications. The project is critical for enhancing material handling capabilities at the base, and proposals must be submitted by 4:00 PM Eastern Daylight Time on April 25, 2025, with evaluations based on the Lowest Price Technically Acceptable criteria. Interested contractors should direct inquiries to Andrew Petersen at andrew.petersen.3@us.af.mil and ensure they are registered in the System for Award Management (SAM) prior to award.
C-130 Aircraft Stand Shipping
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the shipping of two C-130 aircraft maintenance stands from Hill Air Force Base in Utah to Kinston, North Carolina. The procurement requires a contractor to provide comprehensive logistical transportation services, ensuring timely and secure delivery while adhering to safety and regulatory standards. This opportunity is particularly significant as it supports the operational readiness of the U.S. Air Force by facilitating the movement of essential maintenance equipment. Interested small businesses must submit their proposals by June 9, 2025, and can reach out to primary contact Hugo Ruano Gutierrez at hugo.ruanogutierrez.1@us.af.mil or 801-586-6992 for further information.
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.