DDAA Vertical Lift Module Preventative/Corrective Maintenance
ID: SP330025Q0080Type: 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 proposals for preventative and corrective maintenance services for Modula Vertical Lift Modules (VLMs) at the DLA Distribution facility in Anniston, Alabama. The contract encompasses a base year with four optional years, requiring the contractor to perform scheduled preventive maintenance and on-call corrective maintenance in compliance with Original Equipment Manufacturer (OEM) standards. These services are critical for maintaining the operational efficiency of automated storage and retrieval systems, which support the logistical needs of the DLA. Interested contractors must submit their proposals by March 4, 2025, with questions due by February 27, 2025. For further information, contact Brian Keckler at brian.keckler@dla.mil or call 717-770-8418. The estimated total contract value is $74,000 over multiple years.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document outlines the procedures for acknowledging receipt of an amendment related to a solicitation or contract modification. It specifies that offers must acknowledge receipt prior to the specified deadline using methods such as completing specific items on the form or sending a separate letter or telegram referencing the amendment. The document emphasizes the importance of timely acknowledgment to avoid rejection of offers. It also incorporates Wage Determination 2015-4587 into the contract and indicates that this is a new requirement with no incumbent contractors. The standard form is designed to ensure that all modifications and amendments are properly documented and communicated, maintaining transparency and adherence to federal regulations. Key administrative data, such as contract ID, amendment numbers, and the responsible contracting officer's information, are also included to facilitate proper processing and oversight.
    The document outlines an RFP for complete repair and maintenance services for Modula VLM automated storage and retrieval systems (ASRS) at the DLA Distribution facility in Anniston, Alabama. The total contract value is estimated at $74,000 over multiple years, with a base period of performance and options for extensions. Key components include semi-annual preventive maintenance, corrective maintenance, and replacement parts, with specific costs allocated across four years. Each year's maintenance includes regular and overtime hours for corrective services, along with travel expenses reimbursed at GSA rates. The contractor is to be reimbursed solely for actual parts costs, avoiding additional fees. The outlined services aim to ensure the operability and efficiency of the ASRS equipment, supporting the logistical needs of the DLA distribution center. The document follows federal acquisition regulations, indicating its formal context within government contracting processes.
    The document outlines security requirements for contractor personnel working with the Defense Logistics Agency (DLA) at federally controlled facilities. It mandates that all contractor employees must undergo a minimum National Agency Check with Written Inquiries (NACI) and a favorable FBI fingerprint check prior to starting work. Depending on their roles, employees must also meet specific information technology (IT) clearance levels (IT-I, IT-II, IT-III), each requiring differing background investigations. The contractor is responsible for submitting necessary documentation and ensuring employees have appropriate security clearances. Waivers for starting work without complete investigations may be granted in emergencies, but several conditions apply. Violations of security policies can lead to disciplinary action, and contractors must manage employee departures effectively, including returning government property. The document emphasizes adherence to performance requirements and limits billing for personnel awaiting clearance. Overall, these security protocols are designed to protect sensitive information and ensure the integrity of operations within the DLA's facilities.
    The document outlines the procedures for contractors to obtain, manage, and return Common Access Cards (CACs) under a federal contract, emphasizing accountability, security, and compliance with government regulations. Contractors must ensure that employees requiring CACs complete the DD Form 1172-2 and send it to the appropriate contracting authority. Upon approval, employees will be notified to pick up their CACs from designated RAPIDS offices. Contractors must report issued CACs to the Contracting Officer’s Representative (COR) and maintain strict control over the CACs, which are U.S. government property. In cases of lost or stolen CACs, immediate notification to the COR is required, along with a police report, while expiring CACs must be renewed with proper procedures. Contractors are also responsible for reporting monthly on current employees’ CAC status and are subject to penalties for non-compliance, including work stoppages and payment delays. Overall, the document serves as a security measure established by the Defense Logistics Agency (DLA) to ensure the proper handling and accountability of CACs within federal contracting.
    The document in question appears to be a placeholder for an inaccessible file regarding federal and state/local government RFPs and grants. While specific content cannot be analyzed due to the lack of displayed information, the intended purpose likely revolves around outlining the processes, criteria, and requirements for securing federal funding and contract opportunities. RFPs and grants are essential to governmental operations, facilitating project advancements and community support. The structure of such documents typically includes sections detailing eligibility, scope of work, application procedures, evaluation criteria, and funding disbursement. Understanding these elements is crucial for organizations seeking governmental support. Therefore, the essence of the content likely seeks to inform potential applicants about navigating the complex landscape of government funding and contracting opportunities effectively.
    The Quality Assurance Surveillance Plan (QASP) outlines procedures for preventive and corrective maintenance services for Government-owned Modula Vertical Lift Modules (VLM) at DLA Distribution in Anniston, Alabama. The contractor is responsible for all necessary labor, materials, and supervision, adhering to specified terms while maintaining a non-personal services contract. The document delineates government roles, including the responsibilities of the Contracting Officer (KO), Acquisition Specialist (AS), and Contracting Officer Representative (COR), to ensure effective oversight and fair treatment of contractors. The QASP also establishes quality assurance processes, emphasizing the need for thorough documentation of performance and non-conformance using the Contract Oversight Surveillance Report (COSR). It dictates methodologies for surveillance, including direct observation and random sampling, and details how to address non-conforming performance through Corrective Action Plans (CAPs). This document serves as a living framework, allowing updates and revisions to ensure quality control aligned with the contract’s performance requirements, ultimately aiming to confirm that services rendered meet government standards and expectations.
    The document appears to be a corrupted or unreadable text file, lacking coherence and clear content due to garbled characters and unexpected symbols. Therefore, a conventional summary cannot be derived from the provided material, as the main topic, key ideas, and supporting details are not discernible. It seems likely that this file is intended to contain information related to federal government RFPs, federal grants, and state and local RFPs, but the corruption has rendered it unintelligible. Without clear instructions or readable context, it cannot be accurately summarized or analyzed within the intended parameters. A restoration of the original text or access to a clear version of the document is necessary for meaningful analysis or summarization.
    The Performance Work Statement (PWS) outlines the requirements for preventive and corrective maintenance services on Modula Vertical Lift Modules (VLMs) at the Defense Logistics Agency (DLA) Distribution Anniston, Alabama (DDAA). DLA is responsible for providing logistics support to U.S. military forces, and the maintenance services are critical for ensuring the operational availability of the VLMs. The contract includes a base year and four optional years, requiring the contractor to perform scheduled preventive maintenance and on-call corrective maintenance, adhering to Original Equipment Manufacturer (OEM) standards. The contractor must provide qualified personnel, manage resources effectively, and maintain a clean work environment. Compliance with security regulations is critical, as contractor employees are subject to checks and must follow strict guidelines while operating within government installations. The PWS mandates documenting all maintenance work, ensuring documentation aligns with the contract's specifications. The document emphasizes the necessity of adhering to various federal and state regulations, quality assurance practices, and safety requirements while performing maintenance services, highlighting DLA's commitment to sustainable and compliant operations in support of national defense logistics.
    The document outlines a list of vertical lift modules (VLMs) and their details, utilized at various sites. It includes specifications such as manufacturer, model numbers, serial numbers, and specific site locations within a facility. The entries denote maintenance points of contact (POC) and site engineering representatives, indicating organizational structure and responsibilities. Each asset is tracked with a unique identification number, which likely relates to regulatory compliance or inventory management within federal operations. The main purpose of this document appears to be the management and oversight of VLM assets at designated federal locations, highlighting a systematic approach to facility maintenance and accountability. It reflects a structured inventory typical of federal grant and funding management, ensuring asset optimization and compliance with standards.
    The document outlines preventive maintenance (PM) levels for machines as recommended by MODULA INC, focusing on routine inspections, calibration, and parts replacement to ensure operational efficiency and longevity. The annual Level 1 PM is mandated to occur at least once yearly or every 15,000 missions, performed by certified technicians. For parts replacement, Level 2 PM occurs every 30,000 missions, involving replacements of key components such as sprockets and chains. Level 3 PM is scheduled for every 45,000 missions and includes the replacement of wheel tubes and external bay slides, while Level 4 PM, at 150,000 missions, encompasses extensive maintenance of components like vertical belts and motors. This structured approach is crucial for maintaining machinery in optimal condition over its lifespan, emphasizing systematic upkeep aligned with operational metrics. The context aligns with federal and state RFPs, highlighting the need for reliable maintenance services to secure funding and efficiency in public and private sector projects.
    The document conveys a message indicating that it cannot display the content of the file due to compatibility issues with the PDF viewer. It suggests upgrading to the latest version of Adobe Reader and provides links for assistance. The emphasis is on the importance of compatible software for accessing governmental documents, reflecting an understanding that accessibility to federal RFPs, federal grants, and state and local RFPs is essential for stakeholders and bidders. The lack of substantive content limits further insights into the specifics of any proposals or grants, underscoring the need for enhanced digital tools in the dissemination of government information.
    The document appears to be an error message indicating a problem viewing a PDF file, which suggests the contents are not visible. Therefore, no specific topic, key ideas, supporting details, or structure can be identified. Since the file is not accessible, it is impossible to summarize or analyze any information pertaining to federal government RFPs, federal grants, or state and local RFPs. For meaningful insight, the file must be displayed correctly and the contents analyzed. Without such access, a comprehensive summary cannot be provided based on the given data.
    The document appears to be a technical notice indicating issues with the viewing of a PDF file related to federal government RFPs, federal grants, and state/local RFPs. While it does not contain specific content relevant to these topics, it emphasizes the need for an updated version of Adobe Reader to view the information. This scenario underscores the importance of accessibility to government documents for stakeholders involved in proposals and grants. The focus on technical requirements suggests that proper tools are essential to accessing vital information, which is crucial for maintaining transparency and facilitating participation in federal and local funding opportunities. Consequently, ensuring that users can effectively access these documents is a fundamental aspect of public service, fostering engagement in government initiatives.
    The document is a Privacy Act Statement concerning visit notifications to the Defense Logistics Agency (DLA) located at Fort Belvoir, Virginia. Its primary purpose is to control access to Department of Defense (DoD) installations. The information collected is utilized by General Services Administration Protective Service Personnel for access control and adheres to Blanket Routine Uses detailed by the DLA. The disclosure of personal information is voluntary, but incomplete submission may lead to restricted access. The form includes sections for the visitor's name, rank, Social Security number, date of birth, state/country of birth, clearance information, and the purpose of the visit. The document emphasizes the importance of security and authorized access to DLA facilities, reflecting the procedural framework for effective visitor management aligned with government regulations and security protocols.
    The Defense Logistics Agency (DLA) is soliciting offers for preventative and corrective maintenance services for the DDAA Vertical Lift Module, under Solicitation SP3300-25-Q-0080. The proposal is combined with a synopsis and is classified under the Product Service Code J039 for equipment maintenance. Submissions are due by March 4, 2025, with a prior deadline for questions set for February 27, 2025. The solicitation details requirements for a Firm-Fixed-Price, time and materials purchase order and is unrestricted, adhering to NAICS 811310 with a size standard of $12.5M. Performance is required at the DLA facility in Anniston, Alabama. Offerors must be registered in the System for Award Management (SAM) and comply with Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions. Key clauses include contract terms, labor standards, and measures for safeguarding sensitive information. The document emphasizes strict adherence to deadlines and the inclusion of comprehensive documentation with submissions to ensure evaluation consistency and compliance. The DLA aims to modernize and maintain the operational efficiency of essential equipment, underscoring its commitment to national defense capabilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    DDAG Vertical Lift Module Preventative/Corrective Maintenance
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking contractors to provide preventative and corrective maintenance services for Modula Vertical Lift Modules (VLMs) at DLA Distribution in Albany, Georgia. The procurement aims to establish a hybrid Firm-Fixed-Price, time and materials purchase order, ensuring the operational availability and reliability of critical automated storage and retrieval systems. This maintenance is vital for the efficient functioning of military logistics operations, reflecting the importance of maintaining government-owned equipment to support national defense efforts. Interested vendors must submit their quotes by March 3, 2025, and can direct inquiries to Adrienne Hawkins at adrienne.hawkins@dla.mil or Christopher L. Robinson at christopher.robinson@dla.mil.
    VLM Maintenance for DLA Distribution Oklahoma City, OK (DDOO)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified contractors to provide maintenance services for Modula Vertical Lift Modules (VLMs) at its distribution center in Oklahoma City, Oklahoma. The procurement encompasses both scheduled preventive maintenance and unscheduled corrective maintenance, ensuring the operational availability of the equipment, with contractors required to supply all necessary labor, tools, and materials. This maintenance is critical for the efficient operation of automated storage and retrieval systems within the DLA, emphasizing compliance with security and cybersecurity regulations. Proposals must be submitted by March 10, 2025, with a total estimated budget of $50,000 for the services, and interested parties can contact Allexas R. Kirchgessner at Allexas.Kirchgessner@dla.mil for further information.
    DDRV Vertical Lift Module Preventative/Corrective Maintenance
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking contractors to provide preventative and corrective maintenance for Modula Vertical Lift Modules (VLMs) at its distribution center in Richmond, Virginia. The procurement involves a hybrid Firm-Fixed-Price and Time and Materials purchase order, covering a base year plus four optional years, with an estimated total value of $74,000. These VLMs are critical for efficient material handling and storage operations within military logistics, ensuring operational readiness and compliance with federal standards. Interested contractors must submit their quotes by March 4, 2025, and direct any inquiries to Morgan Costanzo at morgan.costanzo@dla.mil or Christopher L. Robinson at christopher.robinson@dla.mil.
    Material Handling Equipment Maintenance Services - DLA Disposition Services Warner Robins
    Buyer not available
    The Defense Logistics Agency (DLA) Disposition Services is seeking qualified contractors to provide Material Handling Equipment (MHE) Maintenance Services at Warner Robins, Georgia. The procurement includes both preventive and corrective maintenance services for various types of MHE, ensuring operational readiness and compliance with federal standards. This contract is vital for supporting military operations and will be structured as a Firm Fixed Price, Time and Material Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a base period of 12 months and two optional 12-month extensions. Interested parties must submit their quotes by email to Brandon Awkerman at brandon.awkerman@dla.mil by 3:00 PM EST on February 19, 2025, with questions due by February 3, 2025.
    Material Handling Equipment Maintenance Services - DLA Disposition Services North Carolina: Ft. Liberty and Camp Lejeune
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified contractors to provide Material Handling Equipment (MHE) Maintenance Services at Fort Liberty and Camp Lejeune in North Carolina. The procurement involves both preventive and corrective maintenance services for various types of MHE, including forklifts and front-end loaders, to ensure operational efficiency and compliance with safety regulations. This contract is critical for maintaining the readiness of military operations, with a total duration of three years, consisting of a 12-month base period and two optional 12-month extensions. Interested parties must submit their quotes by 3:00 PM EST on March 4, 2025, to Brandon Awkerman at brandon.awkerman@dla.mil, and are encouraged to review the attached Performance Work Statement and Price Schedule for detailed requirements.
    SPRRA225R0002 MLRS SPARES
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of various supplies and services, specifically components for guided missile systems, under solicitation SPRRA225R0002. This procurement is classified as a sole-source requirement to Lockheed Martin and includes detailed specifications for packaging, marking, inspection, and acceptance criteria, emphasizing compliance with export control laws and counterfeiting risk management. The contract aims to ensure high-quality and timely delivery of defense-related equipment, with a delivery timeline ranging from 150 to 450 days post-award. Interested contractors must submit their proposals by the extended deadline of February 28, 2025, and can direct inquiries to Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil.
    Magnetic Particle and X-Ray Equipment Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the maintenance of Government-owned Magnetic Particle and X-Ray equipment at the Anniston Army Depot in Alabama. The contractor will be responsible for providing high-priority emergency repairs, calibration, and preventive maintenance checks, with a contract duration of one year and four optional years. This maintenance is critical for ensuring the operational efficiency and safety of essential testing equipment used by the Army. Proposals are due by 10:00 AM on February 12, 2025, and interested parties should direct inquiries to Katherine B. Fuller at katherine.b.fuller2.civ@army.mil or T. Morey Gaddy at troy.m.gaddy2.civ@army.mil by January 27, 2025.
    FA8604 Storage Aid System at Maxwell Air Force Base Alabama MMHS
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center, is soliciting proposals for a Storage Aid System at Maxwell Air Force Base in Alabama. The procurement involves the design, fabrication, installation, and testing of a system, with a total of fourteen line items specified in the request for proposal (RFP). This acquisition is critical for enhancing material handling capabilities at the base and is exclusively set aside for small businesses under NAICS code 333922. Proposals are due by 3:00 PM Eastern Standard Time on March 3, 2025, and must be submitted via the Procurement Integrated Enterprise Environment (PIEE) platform. Interested parties should direct inquiries to Andrew Petersen or Emily A. Gomez via email before February 24, 2025.
    Servomechanism, Hydro
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is soliciting proposals for the procurement of four servomechanisms (NSN: 1650-01-052-0383, PN: 231680-1001) under a firm fixed-price contract. This procurement is critical for maintaining operational capabilities within military aircraft systems, ensuring compliance with stringent quality management standards such as AS9100 and ISO 9001. Proposals are due by 2:00 PM CST on February 17, 2025, with delivery expected by July 30, 2026, and interested vendors must adhere to specific packaging and transportation requirements, including compliance with the Buy American Act. For further inquiries, vendors can contact Kristian Hollingshead at kristian.hollingshead.1@us.af.mil.
    2,000KG Forklift Delivered to the DLA-DS Site in Bahrain
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of a 2,000 kg electric forklift to be delivered to its Disposition Services site in Bahrain. The contract requires the forklift to meet specific technical specifications, including a lifting capacity of 2,000 kg, and must be delivered within six months of the order, with the contractor responsible for unloading, assembly, and ensuring operational readiness shortly after delivery. This procurement is crucial for managing excess Department of Defense assets efficiently and ensuring compliance with government regulations. Interested vendors must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified date, and they can contact Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421 for further details.