DDNV Vertical Lift Module Preventative/Corrective Maintenance
ID: SP330025Q0088Type: 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 Norfolk, Virginia. The procurement requires comprehensive repair and maintenance services, including scheduled preventive maintenance and on-call corrective maintenance, to ensure the operational capability of four VLM units. These services are critical for maintaining automated storage and retrieval systems, which enhance operational efficiency and inventory management within government distribution facilities. Interested contractors must respond to the solicitation SP3300-25-Q-0088 by March 4, 2025, with a total estimated contract value of $50,000, and are encouraged to direct inquiries to George L. Cradic at george.cradic@dla.mil or Samuel Tustin at samuel.tustin@dla.mil.

    Point(s) of Contact
    George L. Cradic
    george.cradic@dla.mil
    Files
    Title
    Posted
    This document serves as an amendment to a solicitation incorporating DFARS Clause 252.222-7006, which outlines restrictions on the use of mandatory arbitration agreements relating to certain claims. Contractors and subcontractors are prohibited from requiring employees or independent contractors to resolve specific employment-related claims through arbitration, particularly those under the Civil Rights Act or relating to sexual assault and harassment. The amendment requires that these provisions be acknowledged prior to submission deadlines for bids, with clear instructions on how to acknowledge receipt. Additionally, the amendment specifies that all other terms and conditions of the solicitation remain unchanged. The modifications included in this document ensure compliance with federal regulations governing contractor agreements and reinforce protections against mandatory arbitration for sensitive claims.
    The document outlines a government Request for Proposal (RFP) for the provision of repair and maintenance services for Modula VLM automated storage and retrieval systems (ASRS) by DLA Distribution Norfolk, VA, with a total government estimate of $50,000. The services include a base period of performance consisting of preventive and corrective maintenance services, as well as travel expenses and replacement parts cost estimates. Each of the four performance periods is budgeted at $10,000 and reflects comprehensive cost outlines for regular and overtime maintenance, replacement parts, and travel. The proposal emphasizes the requirement for semi-annual preventive maintenance inspections and corrective maintenance, broken down by unit inspections and anticipated service hours. The contractor will be reimbursed for the actual costs of replacement parts exclusively without markup. The document adheres to federal regulations as outlined in FAR 2.101 and 3.104, ensuring compliance and providing clarity on the performance work statement (PWS) involved. Overall, this RFP is structured to facilitate a bid for maintaining critical ASRS equipment, enhancing operational efficiency while ensuring adherence to federal procurement standards.
    The document outlines personnel security requirements for contractors working with the Defense Logistics Agency (DLA) at federally-controlled facilities. Key points include the necessity for contractors to ensure that all employees have undergone appropriate background checks, specifically a National Agency Check with Written Inquiries (NACI) or equivalent, before commencing work. Depending on their access levels to information systems, contractor personnel must meet specific security clearance levels classified as IT-I, IT-II, or IT-III, each requiring different investigation types. The document details procedures for submitting background information, the role of Contracting Officers in determining investigation acceptance, and the responsibilities of contractors regarding security clearance maintenance and personnel removal. Training requirements and operational security protocols are emphasized, alongside strict compliance with delivery schedules. Additionally, contractors are liable for ensuring that out-processing requirements are met upon employee departure. This comprehensive set of security measures demonstrates the DLA's commitment to safeguarding federally controlled information and facilities during contract execution.
    The Common Access Card (CAC) Procedures document outlines the processes contractors must follow to obtain, manage, and return government-issued CACs when working under a specified contract. Contractors are responsible for ensuring that employees requiring CACs complete the necessary forms, including the DD Form 1172-2, and comply with submission protocols to the Contracting Officer or representative. Upon approval, employees must verify account information and receive their CAC from designated offices. The contractor must keep detailed records of each CAC issued, secure them against unauthorized use, and report lost or stolen cards promptly. If CACs expire before contract completion, the contractor must initiate renewal procedures in advance. The document emphasizes that strict adherence to these protocols is critical, with consequences for non-compliance potentially including work stoppages and payment delays. These measures underscore a focus on security within government contracting, ensuring that CACs are used solely for contract-related activities and remain manageable throughout the contract lifespan.
    The Quality Assurance Surveillance Plan (QASP) details requirements for a contractor to provide complete repair and maintenance services for Government-owned Modula VLM equipment at DLA Distribution Norfolk, Virginia. The contractor must deliver all necessary labor, materials, and supervision while adhering to specified terms, emphasizing that no employer-employee relationship exists between the government and contractor personnel. Key government roles outlined include the Contracting Officer (KO), Acquisition Specialist (AS), Contracting Officer Representative (COR), Technical Point of Contact (TPOC), and Quality Assurance Evaluator (QAE). Each role has specific responsibilities related to oversight, contractor performance assessment, and quality control. The QASP underscores the importance of both Quality Control, which the contractor manages via a Quality Control Plan (QCP), and Quality Assurance, executed by the Quality Assurance Team (QAT) through scheduled and unscheduled performance checks. Surveillance methods include direct observation, 100% inspection, random sampling, and validated customer complaints, all of which must be thoroughly documented for accountability. The document serves as a comprehensive guide to ensure that the contractor meets performance standards, thereby safeguarding government interests and operational efficiency within federal contracting frameworks.
    The Performance Work Statement (PWS) outlines requirements for complete repair and maintenance services on Modula Vertical Lift Modules (VLMs) at DLA Distribution Norfolk, Virginia. The Defense Logistics Agency (DLA) seeks a contractor to provide scheduled preventive maintenance (PM) and on-call corrective maintenance (CM) for four VLMs to ensure operational capability. The contractor must coordinate with designated government personnel and ensure compliance with strict security and operational protocols. Maintenance services involve thorough inspections, necessary repairs, and adherence to original equipment manufacturer standards. The contract includes a base year with four optional annual periods, underlining the importance of quality assurance through a Quality Assurance Surveillance Plan (QASP). Key operational conditions include strict access controls to military installations, federal holidays, and clear communication protocol during maintenance tasks. The contractor must also supply certified personnel with knowledge of specific equipment and manage all necessary documentation and records, which ultimately remain the property of the government. Overall, this PWS serves as a comprehensive guideline for contractors to deliver maintenance services while ensuring safety, regulatory compliance, and effective communication with the DLA.
    The document outlines a procurement request for four Modula Vertical Lift Modules (VLM) intended for DLA Distribution in Norfolk, Virginia. It specifies the equipment type, quantity, and details of the models being requested. The specified VLM units are all from the manufacturer Modula, with model number ML1000D and individual serial numbers ranging from MLD173213US to MLD173216US. This procurement reflects the government’s need to enhance automated storage and retrieval systems within its distribution facilities, supporting operational efficiency and inventory management. The document serves as a technical specification for potential vendors responding to the federal request for proposals (RFPs), emphasizing the structured approach to meeting logistical needs in a government context.
    The document outlines the preventive maintenance (PM) levels recommended by MODULA INC for machines to ensure their optimal operation and longevity. It stipulates that LVL 1 PM maintenance should occur annually or after 15,000 missions, conducted by certified technicians who will handle routine inspections, calibration, lubrication, and adjustments. The maintenance program includes different levels of PM parts replacement: LVL 2 involves replacing consumable parts every 30,000 missions; LVL 3 covers replacements every 45,000 missions; and LVL 4 necessitates specific parts replacements every 150,000 missions, including motors and belt systems. This structured maintenance approach aims to prolong machine life and maintain operational efficiency, ensuring compliance with quality standards typical in government RFPs and grants for maintenance contracts. The document serves to guide maintenance providers in adhering to a comprehensive maintenance schedule for the machinery.
    The document is inaccessible, as it contains information about compatible PDF viewers. It fails to provide any contents related to federal government RFPs, grants, or state and local RFPs for analysis. As a result, there are no identifiable topics, key ideas, or supporting details to summarize. Without the actual content, a comprehensive summary cannot be created. The purpose of the communication seems to be to direct users to update their PDF readers for better accessibility to the desired government-related information. Thus, the document does not fulfill the requirement to analyze government files or summarize their contents.
    The content related to the government file is currently inaccessible, as it prompts the user to upgrade their PDF viewer to display the document. Therefore, no information regarding federal RFPs, federal grants, or state and local RFPs can be summarized at this time. Without the relevant details or structure, it is impossible to extract any main topics, key ideas, or supporting information regarding the intended governmental content. Hence, I am unable to provide a comprehensive summary or analyze the document's purpose accurately.
    The file appears to contain a technical message regarding accessibility issues with a PDF document related to federal government RFPs, grants, and state/local RFPs. It advises users to upgrade their Adobe Reader to view the content correctly and provides links for downloading the latest version. Additionally, the message includes trademark acknowledgments for Windows, Mac, and Linux operating systems, but no substantive information about the RFPs, grants, or any relevant details can be extracted from the current content. The document's structure focuses on technical support rather than outlining specific opportunities or requirements related to government funding. Thus, it does not provide any actionable insights or key ideas regarding government solicitations or processes.
    The document outlines the Privacy Act Statement related to visit notifications at Defense Logistics Agency (DLA) facilities. Its primary purpose is to regulate access to Department of Defense (DoD) installations, ensuring the security and management of personnel movement within these sites. It serves as a framework for information collection, specifically for use by General Services Administration Protective Service Personnel in relation to access control and compliance with established privacy protocols. Key components of the form include fields for visitor information such as names, rank, Social Security number, date of birth, and clearance details. The document emphasizes that while providing requested information is voluntary, non-compliance may lead to denied access. This procedure aligns with broader federal efforts related to security and the management of access to government properties. Overall, the DLA form plays a crucial role in maintaining security protocols while managing visitor access, indicating a formalized approach to compliance with federal privacy laws and internal processes.
    The document is a Combined Synopsis/Solicitation issued by the Defense Logistics Agency's DLA Distribution Acquisition Operations. It pertains to the preventative and corrective maintenance of Vertical Lift Modules (VLMs) at DLA Distribution Norfolk, Virginia (DDNV). The solicitation number is SP3300-25-Q-0088, with a response deadline of March 4, 2025, and a Q&A deadline of February 28, 2025. The acquisition is unrestricted, allowing any qualified bidder to apply under NAICS code 811310, with a size standard of $12.5 million. The contract is expected to be a hybrid Firm-Fixed-Price/time and materials purchase order, spanning a five-year period from March 15, 2025, to March 14, 2030, including five option years. A variety of Federal Acquisition Regulation provisions and clauses govern the solicitation, emphasizing the importance of registration in the System for Award Management (SAM) and adherence to specific contract conditions. Service Contract Act Wage Determination No. 2015-4341 Revision 29 applies, ensuring fair wage practices in line with federal regulations. The solicitation includes a detailed list of required service specifications and stipulations for contractor performance, emphasizing compliance and standard operational procedures. Overall, this solicitation highlights the government's need for reliable maintenance services to ensure operational efficiency of essential equipment.
    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.
    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.
    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.
    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.
    Preventive and Corrective Maintenance on Modula Vertical Lifts at DLA Distribution Depot Camp Carrol Korea
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking contractors to provide preventive and corrective maintenance services for Modula Vertical Lift Modules (VLMs) at the DLA Distribution Depot in Camp Carroll, South Korea. The procurement involves a firm-fixed-price contract covering a base year and three option years, with a total potential value of $120,000 if all options are exercised, emphasizing the importance of maintaining operational efficiency for Automated Storage and Retrieval Systems (ASRS) equipment. Interested bidders must demonstrate technical capability and past performance relevant to similar projects, with quotations due by March 25, 2025. For further inquiries, contact Steven Lesh at Steven.Lesh@dla.mil or call 717-770-8453.
    Small Equipment Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified small businesses to provide maintenance services for small equipment at DLA Distribution in Bremerton, Washington. The procurement encompasses both scheduled Annual Preventive Maintenance (PM) and unscheduled Remedial Maintenance (RM) for various wood and metalworking machinery, ensuring compliance with manufacturer specifications and operational efficiency. This contract is critical for maintaining the reliability of essential equipment used in logistical functions, with a performance period of three years starting from March 2025, and a total budget of $15,000 allocated over the contract duration. Interested contractors must submit their quotes electronically by March 10, 2025, and can direct inquiries to Tom Semones at thomas.semones@dla.mil or by phone at 717-770-6482.
    Solicitation for HAFB Lektrievers/ VLM
    Buyer not available
    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.
    Material Handling Equipment Maintenance Services - DLA Disposition Services North Carolina: Ft. Liberty and Camp Lejeune
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors to provide Material Handling Equipment (MHE) Maintenance Services at Fort Liberty and Camp Lejeune in North Carolina. The contract encompasses both preventive and corrective maintenance for various machinery, including forklifts and front-end loaders, ensuring operational efficiency and compliance with safety regulations. This maintenance is critical for maintaining the readiness of military operations, with the contract structured as a firm-fixed price arrangement lasting three years. Interested contractors should contact Brandon Awkerman at Brandon.awkerman@dla.mil for further details, with the total contract value estimated at $417,250.
    Onsite maintenance at five (5) locations for six (6) laminator machines
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking contractors to provide onsite maintenance for six laminator machines located at five different sites. The procurement aims to ensure the operational efficiency and reliability of these machines, which are critical for materials handling and related tasks. This maintenance service falls under the NAICS code 811310, focusing on the repair and maintenance of commercial and industrial machinery. Interested parties can reach out to David Purvis at david.1.purvis@DLA.mil or call 717-770-4906 for further details regarding the solicitation process.
    Material Handling Equipment Maintenance Services - DLA Disposition Services Warner Robins
    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 Warner Robins, Georgia. The contract encompasses both preventive and corrective maintenance, ensuring operational readiness of various equipment types, including forklifts and container handlers, with a firm-fixed price structure for a base period of one year and two optional years. This maintenance is crucial for supporting military operations and adhering to federal standards, with a total estimated contract value of $151,516.43 for the base year. Interested parties should contact Brandon Awkerman at Brandon.awkerman@dla.mil or James Isola at James.Isola@dla.mil for further details.