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
    DDAG Crane Maintenance
    Buyer not available
    The Defense Logistics Agency (DLA) Distribution is seeking qualified small businesses to provide preventative and corrective maintenance, as well as crane rental support, for a Government-Owned 80 TON Shuttlelift Gantry Crane at DLA Distribution Albany, Georgia. The procurement involves establishing a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) purchase order, with a contract period spanning from March 1, 2026, to February 28, 2031, including a base year and four option years. This opportunity is critical for maintaining operational efficiency and safety standards for the crane, which is essential for material handling operations. Interested parties must submit their quotes by December 22, 2025, and can contact Morgan Costanzo at morgan.costanzo@dla.mil or 717-770-8868 for further information.
    Carrier Drive Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    17--CRANE ASSY,MAINTENA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of Crane Assembly Maintenance (NSN 1730010826502). This solicitation is a total small business set-aside and aims to fulfill the need for aerospace craft launching, landing, ground handling, and servicing equipment, which is critical for military operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery to DLA Distribution Red River is set for 147 days after award. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    EXLAR ACTUATOR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the repair of the EXLAR Actuator, a critical component in mechanical power transmission. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 114 days, with all repairs needing to adhere to strict quality assurance standards and government inspection protocols. This actuator is vital for various military applications, emphasizing the importance of timely and efficient repair services to maintain operational readiness. Interested contractors should submit their quotes, including pricing and RTAT, to Rebecca A. Rainey at REBECCA.A.RAINEY5.CIV@US.NAVY.MIL or by phone at 717-605-2774, with the solicitation details available for review.
    DRIVE UNIT,ANGLE DR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting quotes for the procurement of seven units of the DRIVE UNIT, ANGLE DR. This contract requires the manufacturer to adhere to specific quality assurance standards and inspection protocols, ensuring that the items meet the necessary military specifications and standards. The DRIVE UNIT is critical for military applications, particularly in the context of small arms and ordnance manufacturing. Interested vendors must submit their quotes by December 30, 2025, and can reach out to Jacob Garland at 445-737-2450 or via email at JACOB.GARLAND@DLA.MIL for further inquiries.
    DISK DRIVE UNIT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the repair of Disk Drive Units. The procurement requires contractors to provide detailed quotes that include unit prices, total prices, and repair turnaround times, with specific emphasis on compliance with quality assurance standards and government inspection requirements. These Disk Drive Units are critical components for naval operations, necessitating strict adherence to specifications, including the prohibition of mercury contamination. Interested contractors should direct inquiries to Tyreese C. Smith at 717-605-5937 or via email at TYREESE.C.SMITH.CIV@US.NAVY.MIL, with the expectation of a bilateral contract award requiring written acceptance prior to execution.
    DRIVE SHAFT ASSEMBLY AMENDMENT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for a Firm Fixed Price supply contract related to Drive Shaft Assemblies, specifically under solicitation SPRDL1-25-R-0129. This procurement is crucial for maintaining vehicular power transmission components, which play a vital role in military vehicle operations. The solicitation closing date has been extended to January 2, 2026, at 4:00 PM EST, and interested contractors must acknowledge receipt of Amendment 0006 to ensure their bids are considered. For further inquiries, potential offerors can contact Tania Lawson-Henderson at TANIA.LAWSON-HENDERSON@DLA.MIL or by phone at 586-703-7479.
    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.
    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 ensure that the hydraulic units are restored to a Ready for Issue (RFI) condition, adhering to specified technical standards and quality requirements. These hydraulic components are critical for aircraft operations, emphasizing the importance of maintaining their functionality and reliability. Interested contractors should direct inquiries to Rebecca L. Jordan at 215-697-2922 or via email at REBECCA.L.JORDAN28.CIV@US.NAVY.MIL, with proposals expected to comply with the outlined requirements and quality assurance provisions.