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 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
    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 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.
    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.
    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.
    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
    LMIS POOL 2 - DDNV MODERNIZATION EFFORT (LMIS POOL 2 VENDORS ONLY)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is soliciting proposals from vendors within the LMIS Pool 2 for the DDNV Modernization Effort. This procurement aims to enhance the capabilities related to conveyor and conveying equipment manufacturing, as indicated by the NAICS code 333922 and PSC code 3990 for miscellaneous materials handling equipment. The modernization effort is crucial for improving logistics and distribution efficiency within the defense sector. Interested vendors should log in to https://piee.eb.mil and search for 'SP330025R9999' for further details, and can reach out to Joseph Crowley at Joseph.Crowley@dla.mil or by phone at 717-770-5445 for inquiries.
    Logistics Modernization Integration Support (LMIS) Pre-Solicitation Notice
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a Pre-Solicitation Notice for Logistics Modernization Integration Support (LMIS) aimed at modernizing warehouse equipment across various distribution sites. The DLA seeks industry feedback on a draft Performance Work Statement (PWS) to ensure clarity, feasibility, and to identify any potential restrictions, particularly regarding highlighted sections that pertain to vendor capabilities and cost implications related to additional requirements. This initiative is crucial for enhancing operational efficiency, reducing costs, and improving cybersecurity within DLA's global distribution centers. Interested parties are encouraged to submit their responses via email to Allexas Kirchgessner at allexas.kirchgessner@dla.mil by 12:00 PM EST on January 5, 2026, as this notice serves solely for market research and does not constitute a Request for Proposal.
    Vertical storage unit repair and maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide repair and maintenance services for vertical storage units at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement involves comprehensive preventive maintenance and repair services for 17 vertical carousels and 24 vertical lift modules, ensuring compliance with OEM recommendations and safety standards, with a contract value estimated at $12,500,000 over three years. These services are critical for maintaining operational efficiency and extending the lifespan of the automated storage systems. Interested vendors must submit their quotes electronically by December 14, 2025, and can contact Michael Pitone or Lawrence Mark for further information.
    Labor and Logistics Support at DDNV at Portsmouth, VA
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to award a modification to the existing Labor and Logistics Support Contract SP3300-21-D-5004, specifically Task Order SP3300-21-F-5039, on a sole source basis to Advanced Technology Logistics, Inc. (ATL) for services at DLA Distribution Norfolk in Portsmouth, VA. This modification aims to extend the period of performance for two months, from June 1, 2023, to July 31, 2023, to ensure uninterrupted support for receipt processing, storage, warehousing operations, material issue, transportation, and clerical and technical support for Naval Sea Systems Command (NAVSEA) customers. The modification is necessary due to delays in the acquisition process, and ATL is deemed the only capable provider to avoid disruptions in service. For further inquiries, interested parties can contact Amber Lynne Whitney at amber.whitney@dla.mil or Karen D Ghani at karen.ghani@dla.mil.
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.
    Industrial Carpenter Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for Industrial Carpenter Services to support operations at the Andrew T. McNamara Headquarters Complex. This procurement involves providing comprehensive management, labor, supervision, tools, materials, and equipment necessary for both interior and exterior building services, structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a minimum value of $5,000 and a maximum ceiling of $24 million. The contract will span a base year from February 28, 2026, to February 27, 2027, with four additional one-year options, emphasizing the importance of quality and compliance with industry standards. Proposals are due by January 9, 2026, and must include five specific volumes for evaluation, with a site visit scheduled for November 20, 2025. Interested parties can contact Angela Mattox at angela.mattox@dla.mil for further information.
    Labor and Logistics Support at DLA L&M NNSY, Portsmouth, VA
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to award a modification to the existing Labor and Logistics Support Contract SP3300-21-D-5004, specifically Task Order SP3300-22-F-5001, on a sole source basis to Advanced Technology Logistics, Inc. (ATL) for services at the Norfolk Naval Shipyard in Portsmouth, VA. This modification aims to extend the period of performance for two months, from June 1, 2023, to July 31, 2023, to ensure the continuation of critical labor and logistics support services, including receipt processing, warehousing operations, material issue, and transportation. The urgency of this modification arises from unanticipated delays in the acquisition process, making ATL the only capable provider to avoid disruptions in support for NAVSEA corporate shipyard customers. For further inquiries, interested parties may contact Amber Lynne Whitney at amber.whitney@dla.mil or Karen D Ghani at karen.ghani@dla.mil.
    25--INSTALLATION KIT,VE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of an Installation Kit, VE, under the presolicitation notice. This requirement includes a total quantity of 123 kits, with a delivery timeline of 325 days, and is set aside for small businesses, emphasizing the importance of timely and quality delivery in the evaluation process. The goods are specifically manufactured for military use, highlighting their critical role in defense operations. Interested suppliers should submit their proposals via the DLA Internet Bid Board Site (DIBBS) or email Emily Castle at emily.mcknight@dla.mil, with the solicitation expected to be available on or about December 17, 2025.
    SERVMART walk-in store
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for an Indefinite Quantity/Indefinite Delivery contract to operate the Norfolk Super SERVMART, a retail store and logistics service for U.S. Naval activities in the Virginia Hampton Roads area. The contractor will be responsible for providing a wide range of supplies, including office, janitorial, and tactical equipment, while ensuring high availability rates and compliance with federal regulations such as the Buy American Act and Trade Agreements Act. This procurement is critical for maintaining operational efficiency and cost-effectiveness for naval units, with a proposal submission deadline set for January 7, 2026, at 1:00 PM EDT. Interested vendors can direct inquiries to Contract Specialist John Hill at john.c.hill36.civ@us.navy.mil or Contracting Officer Samantha Miller at samantha.a.miller77.civ@us.navy.mil.
    25--LADDER,VEHICLE BOAR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 24 units of a vehicle board ladder, identified by NSN 2541016787105. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of three. The ladders will be utilized for vehicular equipment components, highlighting their importance in military logistics and operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.