Indramat Crane Drive and Brake System Repairs
ID: SP3300-25-Q-0166Type: 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 Distribution), is seeking qualified contractors to provide repair services for an Indramat Drive and Brake Unit used in an HK 4000 Excell Automated Storage and Retrieval System (ASRS) Crane at the DLA Distribution Center in San Joaquin, California. The selected contractor will be responsible for diagnosing issues, performing repairs in accordance with manufacturer specifications, and conducting post-repair testing, all to be completed within 50 calendar days following award notification. This procurement is crucial for maintaining operational efficiency and safety of the equipment used in logistics operations. Interested parties must submit their proposals by May 21, 2025, and are encouraged to contact Steven Lesh at Steven.Lesh@dla.mil or 717-770-8453 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quote (RFQ) SP3300-25-Q-0166 issued by the DLA Distribution Acquisition Operations for the repair of one Indramat Drive and Brake Unit used in an HK 4000 Excell ASRS Crane located at DLA Distribution Center San Joaquin, California. The RFQ establishes a Firm-Fixed-Price Purchase Order and emphasizes adherence to the Federal Acquisition Regulations. It details the submission process, including the deadline of May 21, 2025, along with required certifications and proof of delivery documentation. The acquisition promotes full and open competition and is classified under NAICS code 811310. Proposals must include a fixed price and be supported with documentation showcasing technical capabilities and past performance. Invoices will be processed via Wide Area Work Flow, and the contractor must be registered in the System for Award Management (SAM). The RFQ outlines compliance with various clauses and provisions, including service wage determinations and restrictions on telecommunications equipment due to national security considerations. Overall, the document facilitates the procurement of necessary repair services, ensuring compliance with federal regulations and addressing organizational conflict of interest.
    This Statement of Work (SOW) outlines the requirements for a service contract to repair an Indramat Drive Unit and Motor Brake for an HK Excell 4000 crane at DLA Distribution San Joaquin, CA. The contractor is tasked with diagnosing issues, performing necessary repairs to manufacturer specifications, and testing the unit post-repair. This contract involves a one-time repair, to be completed within 50 calendar days after award notification. Work will be conducted at Warehouse 30-3 on site, with specific security measures that the contractor must adhere to for on-site access. Points of contact are designated for technical management and coordination, including the Contracting Officer, Contract Specialist, and Government Point of Contact. This project exemplifies the government's ongoing commitment to maintaining its equipment and infrastructure through precise contractual agreements and oversight.
    The document outlines wage determinations under the Service Contract Act, specifically Wage Determination No. 2015-5653, Revision No. 22, updated on December 23, 2024. Contracts issued after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.75 per hour for covered workers in 2025, while those awarded between January 1, 2015, and January 29, 2022, must adhere to Executive Order 13658 with a minimum of $13.30 per hour, unless a higher rate is specified. The document provides detailed wage rates for various occupational categories, including administrative support, automotive service, health occupations, and more, with California's San Joaquin County highlighted as the applicable area. Additionally, fringe benefits, such as health and welfare contributions, paid sick leave, and vacation entitlements are specified. Contractors must follow guidelines for wage compliance, especially regarding unlisted classifications via a conformance process. The document emphasizes regulations to protect workers' rights and ensure fair compensation within federal contract work, aligning with government standards for grants and RFPs while providing necessary resources through the Department of Labor.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    16--DRIVE UNIT,HYDRAULI, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of hydraulic drive units, identified by NSN 7R-1650-014744638-V2. The procurement involves a quantity of 32 units, with delivery terms set to FOB Origin, and requires engineering source approval to ensure the quality and reliability of the parts, as they are flight critical. Interested vendors must be approved sources or provide detailed documentation for source approval, as the government will not consider offers lacking the necessary data. For inquiries, Rebecca L. Jordan can be contacted at (215) 697-2922 or via email at REBECCA.L.JORDAN28.CIV@US.NAVY.MIL.
    16--DRIVE UNIT,HYDRAULI, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of hydraulic drive units. The procurement requires contractors to provide comprehensive repair services, including testing and inspection, to ensure the units are returned to a Ready for Issue (RFI) condition, adhering to strict quality and compliance standards outlined in the Statement of Work. These hydraulic components are critical for aircraft operations, emphasizing the importance of reliability and performance in military applications. Interested contractors should contact Rebecca L. Jordan at 215-697-2922 or via email at REBECCA.L.JORDAN28.CIV@US.NAVY.MIL for further details and to discuss the submission process.
    DRIVE UNIT,ANGLE DR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of seven units of the DRIVE UNIT, ANGLE DR. This contract requires the manufacturing of specialized components, adhering to strict quality assurance and inspection standards, as outlined in the solicitation documents. The DRIVE UNIT is critical for military applications, specifically in the realm of small arms and ordnance, emphasizing the importance of reliability and compliance with military specifications. Interested vendors should direct inquiries to Jacob Garland at 445-737-2450 or via email at JACOB.GARLAND@DLA.MIL, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    UNLOAD DRIVE ASSEMB
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the Unload Drive Assembly, a critical component in small arms and ordnance manufacturing. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 172 days, with all repair work adhering to strict quality assurance and inspection standards. This assembly is vital for maintaining operational readiness and safety in military applications. Interested contractors should submit their quotes, including pricing and capacity constraints, to Logan W. Mann at LOGAN.W.MANN.CIV@US.NAVY.MIL or by phone at 717-605-1381, with the solicitation details available for review.
    Carrier Drive Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is seeking qualified suppliers for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically the part number 014499-505 from Meggitt Defense Systems. This procurement is restricted to approved sources or distributors, with a minimum order quantity of 14 units and a maximum of 288 units, emphasizing the critical nature of these components in military applications. The solicitation is expected to be posted on or around November 13, 2025, with offers due approximately by December 15, 2025; interested parties should regularly check the SAM.gov website for updates and can direct inquiries to Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    30--DRIVE UNIT,ANGLE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of six units of the DRIVE UNIT, ANGLE (NSN 3010011620201). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and is set aside for small businesses under FAR 19.5. The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in mechanical power transmission applications. Interested vendors must submit their quotes electronically, and for any inquiries, they can reach out via email to DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS portal.
    16--DRIVE UNIT,HYDRAULI, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of hydraulic drive units. The procurement involves comprehensive repair, testing, and inspection services to restore these units to a Ready for Issue (RFI) condition, adhering to strict quality and technical standards outlined in the Statement of Work. These hydraulic components are critical for aircraft operations, emphasizing the importance of reliability and performance in military applications. Interested contractors should direct inquiries to Rebecca Jordan at 215-697-2922 or via email at REBECCA.L.JORDAN28.CIV@US.NAVY.MIL for further details on the solicitation process.
    DLA Conveyor
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to extend services under a sole source contract for Facility Maintenance and Repairs Services for the conveyor system at DLA Distribution Europe. This extension is necessary to prevent a gap in service that would hinder the timely fulfillment of customer requirements in the EUCOM, CENTCOM, and AFRICOM areas, as the current contract expired on March 17, 2023. The new contract, designated W564KV-23-P-0019, will be a six-month Firm Fixed-Price (FFP) contract, allowing for continued operations while the follow-on competitive contract under solicitation number W564KV-23-Q-0011 is finalized. Interested parties can reach out to Brian Davis at brian.j.davis16.civ@mail.mil for further information.
    10--MANUAL DRIVE,TWO SP
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of the Manual Drive, Two SP, identified by NSN 1005014542886. 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 one. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role in supporting military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    39--ROLLER UNIT,RAIL TY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of a Roller Unit, Rail Type, identified by NSN 3990015128125. The requirement includes a quantity of one unit to be delivered to DLA Distribution San Joaquin within 168 days after order placement, with the approved source being 98523 15851100 REV U ASSY 1. This equipment is crucial for materials handling operations, ensuring efficient movement and management of goods. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.