Material Handling Equipment Maintenance
ID: N6660425Q0114Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNUWC DIV NEWPORTNEWPORT, RI, 02841-1703, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking qualified small businesses to provide maintenance and repair services for Material Handling Equipment (MHE), including forklifts and powered pallet jacks. The procurement involves a single award contract with a base year and an option year, focusing on annual preventative maintenance, necessary repairs, and compliance with Original Equipment Manufacturer (OEM) guidelines. This opportunity is critical for ensuring the operational efficiency and safety of government equipment, adhering to federal and state regulations. Interested contractors must submit their quotes by May 2, 2025, and can contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil or 401-832-6525 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides an inventory list of forklifts and motorized pallet jacks at the Naval Undersea Warfare Center (NUWC) Division Newport. It details the vehicle type, model number, serial number, make, capacity, and their designated building codes. The inventory predominantly includes various propane, diesel, and electric forklifts, with capacities ranging from 2,000 lb to 36,000 lb. Additionally, the list identifies several motorized pallet jacks, underscoring the reliance on diverse lifting equipment within the facility. The absence of USN numbers for many units may suggest they are either newly acquired or unregistered. The compiled data serves crucial logistical purposes, aiding in inventory management and potentially supporting future requests for proposals (RFPs) or federal grants related to equipment maintenance or upgrades. The document reflects the operational needs of a government facility, focusing on efficiency and compliance with safety standards in equipment utilization.
    The NAVSUP Publication 538 outlines the Fork Maintenance Inspection Form, which mandates the inspection and documentation of forks used in material handling equipment (MHE) at least once yearly or upon detection of defects. Any identified defect requires immediate removal of the equipment until repairs or replacements are completed. Inspectors must evaluate specific criteria including manufacturer's safe working load (SWL) markings, surface cracks, straightness, fork angles, and blade thickness. The inspection utilizes tools like T-squares and feeler gauges to ensure the compliance of forks with set standards. Key checks involve verifying SWL visibility, assessing straightness deviations, ensuring no excessive height differences in fork tips, and evaluating wear on the blades. Emphasis is placed on maintaining positioning locks and inspecting any supplied hooks. Adherence to the procedures outlined is essential for compliance and safety, demonstrating a commitment to standards in the maintenance of government equipment in alignment with federal and state regulations on asset management.
    The document outlines performance requirements for the maintenance and repair of Material Handling Equipment (MHE) under federal and state/local government contracts. It specifies that preventative maintenance and general repair service calls should be addressed within five business days of government notification, achieving a standard compliance rate of 95%. In cases of emergency repairs, the response time is reduced to two business days, also targeting the same compliance level. The methods for monitoring these performance standards include direct observation with 100% surveillance, alongside evaluations of delivery schedules and costs. The structured approach ensures ongoing accountability and effectiveness in the execution of maintenance and repair services, underscoring the government’s commitment to operational efficiency and high standards of service delivery.
    The document outlines the Performance Work Statement (PWS) for a Material Handling Preventative Maintenance and Repair Contract at the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT). The scope requires a contractor with technicians experienced in the maintenance of Material Handling Equipment (MHE), specifically forklifts, scissor lifts, and powered pallet jacks. Annual preventative maintenance (PM) services are mandated according to Original Equipment Manufacturer (OEM) guidelines, including detailed inspections and documentation. The contractor will also manage repairs outside regular maintenance, with costs based on a fixed pricing model. Quality assurance will be enforced through scheduled evaluations of contractor performance concerning technical quality, timeliness, management, and regulatory adherence. Security and environmental compliance are emphasized, including handling hazardous materials per established protocols. The document also notes that all contractor personnel must conform to security regulations and operational security measures to protect sensitive information. This RFP centralizes on operational efficiency and safety within governmental equipment maintenance, reflecting broader federal procurement objectives of ensuring compliance and mitigating risks associated with equipment operations and maintenance activities.
    The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) has issued a combined notice for a Request for Quote (RFQ) N66604-25-Q-0114, focusing on procuring maintenance and repair services for material handling equipment. This opportunity is exclusively set aside for small businesses, adhering to the NAICS Code 811310 with a size standard of $12.5 million. The contract includes a base year and an option year, encompassing yearly preventative maintenance services, necessary repairs, and associated materials. Offerors must submit pricing details for both firm fixed and time and materials provisions, as well as complete a pricing table included in the solicitation. The document outlines various FAR and DFARS clauses pertinent to the acquisition process, including compliance and performance standards. Submissions must be made via email before the deadline of May 2, 2025, and require information such as point of contact and contractor CAGE Code. Overall, this RFQ emphasizes engagement with small businesses while ensuring adherence to government procurement regulations. It necessitates careful attention to compliance issues and the provision of detailed service proposals from interested contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Production Support: Forklift Drivers
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified small businesses to provide production support through forklift drivers under a firm-fixed-price contract. The procurement aims to secure skilled labor for forklift operations, essential for the shipyard's ongoing repair and maintenance activities, ensuring compliance with safety and operational standards. The contract period is anticipated to commence on January 5, 2026, and run through March 31, 2026, with an option to extend until June 30, 2026. Interested parties should contact Alicia Almberg at alicia.l.almberg.civ@us.navy.mil or Melissa White at melissa.e.white13.civ@us.navy.mil for further details.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    Construction-NUWCDIVNPT B6 Dock Leveling Project
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the B6 Dock Leveling Project in Newport, Rhode Island. This construction project aims to address specific leveling requirements for the dock, which is crucial for operational efficiency and safety. Contractors interested in this opportunity must have an active registration in SAM.gov and can request access to detailed drawings and specifications, which are necessary for preparing their proposals. For further inquiries, interested parties may contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil. This solicitation is set aside for small businesses, and the relevant solicitation number is N6660426R0060.
    MAIN PROPULSION DIESEL ENGINE FGRR CLASS MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking technical services and industrial support for the maintenance of Main Propulsion Diesel Engines (MPDEs) on various T-EPF Class vessels, including the USNS TRENTON, USNS YUMA, and USNS NEWPORT. The procurement involves conducting scheduled maintenance, including 4,000-hour and 12,000-hour services, as well as a five-year replacement of critical components such as fuel oil and lube oil hoses, all to be performed by OEM authorized technicians in accordance with established procedures. This maintenance is crucial for ensuring the operational readiness and safety of the vessels, as the specialized design of the engines necessitates the use of OEM parts and services to maintain compliance with safety and performance standards. Quotes are due by December 16, 2025, at 4:00 PM, and interested vendors should contact Matias Parker at matias.l.parker.civ@us.navy.mil for further details.
    61--MOTOR,MECHANISM, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair and modification of motors and mechanisms. The procurement involves the inspection, evaluation, and restoration of government-owned equipment to first-class operating condition, adhering to specific technical and quality requirements outlined in the contract. This opportunity is crucial for maintaining operational readiness and ensuring the reliability of essential military equipment. Interested contractors should direct inquiries to Carly Gassert at 771-229-0084 or via email at CARLY.GASSERT@NAVY.MIL, with quotations valid for 60 days following submission.
    New England Maintenance Manpower Initiative (NEMMI) non-nuclear submarine services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA HQ, is seeking to award a sole source contract for the New England Maintenance Manpower Initiative (NEMMI) related to non-nuclear submarine services. This procurement aims to provide essential maintenance support for combat ships and landing vessels, ensuring operational readiness and efficiency within the naval fleet. The justification for this contract, identified as N00024-23-C-4300, is documented in the attached approval file, emphasizing the critical nature of these services. Interested parties can reach out to Thomas Kohler at thomas.j.kohler11.civ@us.navy.mil or 202-789-4067, or Cara Poole at cara.l.poole.civ@us.navy.mil or 202-826-7828 for further information.
    Bravo Dive Boat 65DS1101
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is seeking qualified small businesses to provide maintenance, repair, and preservation services for a 65-foot Bravo Dive Boat (65DS1101). The contract will encompass a range of tasks including hull inspections, corrosion repairs, system maintenance, and preservation work, all to be conducted in accordance with ABYC standards and commercial marine practices. This procurement is critical for ensuring the operational readiness and safety of the vessel, which is essential for various naval operations. Interested contractors must submit their quotes by December 16, 2025, with the period of performance scheduled from March 25, 2026, to May 29, 2026. For further inquiries, potential bidders can contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or Chris Davidson at christopher.t.davidson7.civ@us.navy.mil.
    Elevator Maintenance and Repair Services
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Elevator Maintenance and Repair Services at the Naval Submarine Base New London in Groton, Connecticut. The contract requires the provision of all necessary labor, supervision, materials, and equipment to perform both recurring and non-recurring elevator maintenance and repair tasks, emphasizing a performance-based service acquisition approach. This service is critical for ensuring the operational efficiency and safety of vertical transportation systems within the base, which includes a diverse inventory of elevators and lifts. Interested contractors can obtain further details and submit proposals by contacting Rebecca Spaulding at rebecca.j.spaulding.civ@us.navy.mil or by phone at 860-694-4557. The contract will have a base period of 12 months with four additional option years, and the estimated total cost for non-recurring work is $750,000 over five years.
    FMS Repair - NIIN 013474420 Solicitation
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the repair of "PUMP UNIT, ROTARY" items, specifically those with National Stock Number 4320013474420 and part number 7591553P3. The procurement requires adherence to the contractor's repair and overhaul standard practices, compliance with MIL-STD-973 for design changes, and the use of mercury-free materials for items intended for submarines and surface ships. This repair service is critical for maintaining operational readiness and safety of naval vessels. Interested contractors must submit their quotations by December 17, 2025, and can direct inquiries to Taylor O'Connor at 215-698-2198 or via email at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL.