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
  1. 1
    Posted Feb 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified contractors to provide preventative and corrective maintenance services for Modula Vertical Lift Modules (VLMs) at DLA Distribution Norfolk, Virginia. The procurement aims to ensure operational efficiency and reliability of the VLM equipment, which is critical for automated storage and retrieval systems within the distribution facility. The contract is structured as a hybrid Firm-Fixed-Price/time and materials purchase order, spanning five years with an estimated total value of $50,000, and includes specific requirements for quality assurance and compliance with federal regulations. Interested parties must submit their proposals by April 17, 2025, and can direct inquiries to Samuel Tustin at samuel.tustin@dla.mil.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 4:06 PM UTC
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.
Apr 10, 2025, 4:06 PM UTC
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.
Apr 10, 2025, 4:06 PM UTC
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.
Apr 10, 2025, 4:06 PM UTC
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.
Apr 10, 2025, 4:06 PM UTC
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.
Apr 10, 2025, 4:06 PM UTC
The document outlines a maintenance and usage report for multiple modular systems identified by their serial numbers and models, specifically the MDL ML75D and MDL ML1000D. It details monthly usage statistics for each model and their respective current cycle counts, indicating the levels of use across four specified maintenance levels (I to IV). The maintenance schedule spans several years, outlining systematic maintenance checks and the timeline for ongoing upkeep. The primary focus is ensuring efficient operation and maintenance strategies aligned with governmental standards, likely in response to federal or state contractual obligations pertaining to operations and maintenance for public sector equipment. The detailed data on usage and maintenance cycles is intended to support decisions around budgeting, resource allocation, and compliance with grants or RFPs related to efficiency and state of operation of government facilities. This structured documentation is critical for tracking and optimizing the performance of federally utilized machinery.
Apr 10, 2025, 4:06 PM UTC
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.
Apr 10, 2025, 4:06 PM UTC
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.
Apr 10, 2025, 4:06 PM UTC
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.
Apr 10, 2025, 4:06 PM UTC
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.
Apr 10, 2025, 4:06 PM UTC
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.
Apr 10, 2025, 4:06 PM UTC
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.
Apr 10, 2025, 4:06 PM UTC
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.
Apr 10, 2025, 4:06 PM UTC
This amendment addresses changes related to the solicitation SP3300-25-Q-0088, specifically adding Attachment 13, which outlines an estimated maintenance schedule for VLM. It extends the due date for offers to April 17, 2025, at 1300 EDT. Offers must acknowledge receipt of this amendment through specified methods to ensure acceptance, and any existing submissions can be modified as outlined. Key identification details include the contract ID, amendment number, and dates impacting the solicitation process. The amendment notably does not alter other terms or conditions of the existing document, emphasizing the importance of compliance with procedural instructions for acknowledgment and submission of offers. The document serves to facilitate an organized process for contractors involved in federal procurement, reflecting standard practices in government contracting and procurement modifications.
Apr 10, 2025, 4:06 PM UTC
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
Onsite maintenance at five (5) locations for six (6) laminator machines
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for a firm-fixed price service contract for onsite maintenance of six laminator machines located at five different sites. This contract will cover all necessary parts and labor, excluding consumables, and is set to last for up to 60 months, with the initial performance period commencing on May 1, 2025, and concluding on September 30, 2025. The maintenance services are critical for ensuring the operational efficiency of the laminator machines, which play a vital role in material handling operations. Interested vendors must submit their quotations via the PIEE Solicitation module by the extended deadline of April 25, 2025, at 10:00 AM Eastern Daylight Time; inquiries can be directed to David Purvis at david.1.purvis@DLA.mil or by phone at 717-770-4906.
beam hoisting
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals from small businesses for a firm fixed-price contract related to the procurement of beam hoisting systems, specifically for the Patriot weapon systems. The solicitation outlines requirements for submitting quotations, including delivery timelines and compliance with military standards, such as performing a Government First Article Test. These hoisting systems are critical for military operations, ensuring the safe and efficient handling of equipment. Interested contractors must acknowledge receipt of the solicitation amendments and submit their offers by May 9, 2025, at 5:00 PM Central Standard Time. For further inquiries, potential bidders can contact Michael Romine at michael.1.romine@dla.mil or Thomas Gunter at thomas.gunter@dla.mil.
VERTICAL TURNING CENTERS
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is preparing to solicit bids for the procurement of two Vertical Turning Centers, with a contract completion timeline of 365 days after receipt of order (ARO). This equipment is critical for machining operations, particularly in naval shipyards, ensuring precision and efficiency in manufacturing processes. The solicitation, designated as SPE4A8-25-Q-0062, is expected to be issued in May 2025 and will be set aside for small businesses, with the award resulting in a Firm, Fixed Price Contract. Interested vendors can obtain the solicitation package and further details by contacting Chanda Tyler at chanda.tyler@dla.mil or by visiting the DLA DIBBS website.
25--MOLDBOARD,EXTENSION
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 20 units of the Moldboard Extension (NSN 2590012767040). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, aimed at ensuring a reliable supply of vehicular equipment components, specifically for overhead traveling crane, hoist, and monorail system manufacturing. The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), with a guaranteed minimum quantity of three units. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The estimated total value of orders under this contract could reach $250,000, with the solicitation available online for review.
CONUS 6k Forklift IDIQ
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to procure 6,000-pound capacity forklifts for use within the Continental United States (CONUS). The procurement includes various models, such as diesel and propane forklifts, with specific requirements for lifting capabilities, safety features, and operational controls, as outlined in the updated Statement of Work. This contract is crucial for supporting the DLA's mission to manage surplus Department of Defense property effectively, ensuring that the necessary equipment is available for operational needs. Interested vendors must submit their quotes by email to James Isola at james.isola@dla.mil by 3:00 PM Eastern Time on April 30, 2025, and are encouraged to review the attached documents for detailed specifications and pricing structures.
SERVO VALVE, ASSEMBLY
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of servo valve assemblies for multi-aircraft applications, specifically under National Stock Number (NSN) 1630-011710803. The contract will be an Indefinite Quantity Contract with a delivery schedule of 246 days after receipt of order and a five-year ordering period, allowing for a maximum order quantity of 36 units. These components are critical for aircraft wheel and brake systems, emphasizing their importance in maintaining operational readiness. Interested vendors must submit their proposals by fax and are encouraged to review the solicitation documents available on the DLA Internet Bid Board System, with the solicitation issue date set for May 2, 2025. For further inquiries, contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
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.
7125--DSI High Density Supply Storage Racking | NCO 4 Commodities 1
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the delivery and installation of a DSI Modumax high-density supply storage racking system at the Lebanon VA Medical Center, aimed at enhancing storage capabilities for a newly renovated Medical Surgical Unit. The procurement requires contractors to supply specific racking components, adhere to precise technical specifications, and complete assembly and installation by August 30, 2024. This initiative is part of the VA's broader effort to modernize its facilities while promoting small business participation, particularly from service-disabled veteran-owned small businesses. Interested parties should contact Contract Specialist Benjamin Villasenor at Benjamin.Villasenor@va.gov for further details.
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.
49--JACK,DOLLY TYPE,HYD
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of hydraulic jack and dolly types, specifically NSN 4910002436110, under a Combined Synopsis/Solicitation notice. The contract will involve an estimated quantity of 26 units, with a guaranteed minimum of 3 units, and is expected to result in an Indefinite Delivery Contract (IDC) with a total order cap of $250,000 over a one-year term. These hydraulic jacks are critical for maintenance and repair operations, ensuring the operational readiness of military equipment. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically by the specified deadline, and inquiries can be directed to the DLA via email at DibbsBSM@dla.mil.