Material Handling Vehicle Maintenance Services DFAS-IN
ID: HQ0483620940Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE FINANCE AND ACCOUNTING SERVICE (DFAS)DEFENSE FINANCE AND ACCOUNTING SVCCOLUMBUS, OH, 432131152, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Defense Finance and Accounting Service (DFAS) is seeking sources for Material Handling Vehicle Maintenance Services at its Indianapolis facility. The procurement involves providing scheduled preventative maintenance and unscheduled repairs for approximately 16 electric vehicles, including pallet jacks, forklifts, and EZ-GO carts, with a focus on contractors who have verifiable experience with the Department of Defense. The selected contractor will be required to adhere to safety regulations, maintain detailed records, and ensure timely responses for maintenance needs, with a contract structure comprising a one-year base period and four one-year option periods. Interested parties must submit a Contractor Capability Survey, estimated pricing, and a capability statement by January 14, 2026, at 12 PM EST to the designated contacts, Veronica C. Hay and Christina Rosen, via email.

    Files
    Title
    Posted
    The Defense Finance and Accounting Service (DFAS) issued a Contractor Capability Survey for Material Handling Vehicle Maintenance. This survey aims to gather information from potential contractors regarding their ability to meet specific requirements outlined in the Performance Work Statement (PWS). The survey is divided into two parts: Business Information, which requests company details, CAGE code, address, website, business size, and SAM registration status, as well as GSA Schedule contract information and ownership type. The second part, Survey Questions, assesses the contractor's capability to perform scheduled and unscheduled maintenance, provide suitable warranty terms, meet technician requirements, achieve performance outcomes, and offer recent and relevant experience. It also inquires about the suitability of the pricing structure and the ability to provide estimated pricing using the attached Schedule of Items, and welcomes any additional feedback on the PWS. This document serves as a preliminary step in identifying qualified contractors for vehicle maintenance services.
    This Performance Work Statement outlines a non-personal service requirement for the maintenance and repair of approximately 16 material handling vehicles at the Defense Finance and Accounting Service-Indianapolis (DFAS-IN) and its off-site warehouse. The contract is a Firm Fixed Price (FFP) for a one-year base period and four one-year option periods. The contractor must provide all necessary personnel, equipment, parts, and services for scheduled quarterly preventative maintenance and unscheduled repairs of electric pallet jacks, forklifts, and EZ-GO carts. Key requirements include adherence to manufacturing guidelines, timely responses for unscheduled maintenance, detailed record-keeping, a 30-day warranty on all work, and qualified technicians with specific certifications and experience. The contractor must also comply with safety regulations, including OSHA and DFAS standards, and secure all government equipment during offsite repairs. Security requirements for contractor personnel include U.S. citizenship, REAL ID, and a background check with fingerprinting, with DFAS personnel providing 100% escort while contractors are onsite.
    The Defense Finance and Accounting Service (DFAS) is soliciting bids for Material Handling Vehicle Maintenance, encompassing both scheduled preventative maintenance and unscheduled repairs for a base year and four option years. The preventative maintenance covers EZ-GO Carts (6 vehicles, 4 times annually), forklifts (5 vehicles, 4 times annually), and pallet jacks (5 vehicles, 4 times annually). Unscheduled maintenance and repairs, including parts, are estimated on an as-needed basis, with unused quantities to be deobligated. Bidders are required to provide hourly rates for unscheduled maintenance and repair. The file also lists specific vehicle details, including serial and model numbers, and their locations at the Off-Site Warehouse, Bean Center Warehouse, and Mailroom in Indianapolis, IN. The total estimated cost for the five years is $5,500.00, primarily driven by the estimated parts cost for unscheduled maintenance, which is set at $1.00 per unit for 1,100 units annually.
    The Defense Finance and Accounting Service (DFAS) is seeking sources for Material Handling Vehicle Maintenance Services. This request is for market research purposes and is not a solicitation. DFAS requires scheduled preventative maintenance and unscheduled repairs for approximately 16 electric vehicles, including pallet jacks, forklifts, and EZ-GO carts. Ideal providers will have verifiable Department of Defense experience. Technicians must possess industry-standard certifications, specialized OSHA training for material handling vehicles, and at least one year of experience. Interested companies should submit a Contractor Capability Survey, estimated pricing, past performance information, and a capability statement (limited to three pages) by January 14, 2026, at 12 PM EST to veronica.c.hay.civ@mail.mil and christina.l.rosen.civ@mail.mil. Responses should include business address, point of contact, CAGE, and small business status. All qualified and experienced sources, including various small business classifications, are encouraged to respond.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FY23 Virtualization Hyperconverge Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking maintenance services for its FY23 Virtualization Hyperconverge system, with the procurement managed by the DFAS Administrative Services in Columbus. The objective is to ensure the continued operational efficiency and reliability of the virtualization infrastructure, which is critical for the agency's IT and telecom business applications. This maintenance service is vital for supporting the agency's ongoing digital transformation and operational capabilities. Interested vendors can reach out to Patrina James at patrina.l.james.civ@mail.mil or Melissa Adams at melissa.d.adams35.civ@mail.mil for further details regarding the procurement process.
    DLA MCAS Cherry Point MHE Maintenance
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified contractors to provide maintenance and repair services for government-owned Material Handling Equipment (MHE) at DLA MCAS Cherry Point, North Carolina. The procurement includes both preventative and remedial maintenance, with a contract structure consisting of a 12-month base period and four additional 12-month option periods. This service is critical for ensuring the operational readiness of MHE, which is essential for various logistical operations. Proposals must be submitted by January 22, 2026, at 12:00 PM EST, and interested parties should contact Benjamin Maxwell at benjamin.maxwell@dla.mil or Allison Douglewicz at allison.douglewicz@dla.mil for further information.
    Forklift Mast Assembly Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of forklift mast assemblies at Dover Air Force Base in Delaware. The procurement involves providing maintenance and repair services for specialized industry machinery within a 60-mile radius of the base. This service is crucial for maintaining operational efficiency and safety in logistics and material handling operations. Interested parties can contact Anna George at anna.george.2@us.af.mil or 302-677-5220, or Lauren Reed-Smart at lauren.reed-smart@us.af.mil or 302-677-5211 for further details.
    Vehicles Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    Sources Sought: ADR Vehicular Equipment Kits Survey_2025
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is conducting a Sources Sought Notice to gather information from businesses regarding the potential future acquisition of ADR Vehicular Equipment Kits. The procurement aims to identify vendors capable of producing comprehensive kits that include repair tools, safety gear, replacement parts, and training materials, essential for maintaining vehicular compliance and operational readiness. Interested parties must have a current DD 2345 certification and active registration in the Joint Certification Program (JCP) to access the associated Technical Data Package (TDP), which has restricted distribution. Responses to this notice are voluntary and due by January 13, 2026, at 2:00 PM EST, and should be submitted via email to the designated contract specialists. For further inquiries, contact Meika Cole at meika.j.cole.civ@army.mil or Diana Jones at diana.jones47.civ@army.mil.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    Army DFAC Large Equipment Preventative Maintenance and Repair Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified vendors to provide preventative maintenance and repair services for large dining facility equipment at installations on Oahu and the Big Island, Hawaii. The services required include maintenance for dishwashers, garbage disposals, heat boosters, walk-in refrigerators, and freezers, with the goal of ensuring operational efficiency and compliance with safety standards. This opportunity is part of a market research effort to inform the development of a firm-fixed-price contract, anticipated to commence on June 1, 2026, with a base year and four option years. Interested vendors must submit their capability statements, including company information and intent to quote, to Ms. Melena Faxon by January 20, 2026, at 12 PM Hawaii Standard Time.
    RT240 Rough Terrain Container Handler (RTCH) Spare Components
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is seeking proposals for the procurement of spare components for the RT240 Rough Terrain Container Handler (RTCH). This procurement involves 37 distinct items essential for maintaining the operational readiness of the RTCH fleet, which plays a critical role in handling intermodal freight and various loads. The required components encompass a range of parts, including axle assemblies, hydraulic motors, flow control valves, and electrical infrastructure, among others, to ensure the effective functioning of the RTCH. Interested vendors should note that the estimated due date for proposal submissions is February 13, 2026, and they may contact John P. Moses at john.moses@dla.mil or 385-591-0890 for further information.
    : Request for Budgetary Estimate – Lease of Approximately 200 Mixed-Fleet Forklifts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking budgetary estimates for the long-term lease of approximately 200 mixed-fleet forklifts to support material handling operations at the Joint Manufacturing and Technology Center located at Rock Island Arsenal, Illinois. The procurement aims to gather information for planning and budget allocation for the upcoming fiscal year, requiring a flexible fleet that includes a full-service maintenance package covering all preventative maintenance and repairs. The lease is expected to span a 12-month term with options for up to four additional years, and interested vendors should provide detailed pricing structures, maintenance costs, and delivery timelines. For inquiries, contact John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL.
    F5 BIG IP FY23
    Dept Of Defense
    The Department of Defense, through the Defense Finance and Accounting Service (DFAS), is seeking maintenance renewal for F5 BigIP devices utilized within the DFAS Enterprise Local Area Network (ELAN). This procurement aims to ensure the continued functionality of the F5 BIG-IP® Local Traffic Manager, which is critical for local and global load balancing across servers, thereby optimizing data center efficiency and overcoming limitations of individual systems. Interested vendors can reach out to primary contact Zachary Wilson at zachary.t.wilson37.civ@mail.mil or by phone at 614-701-3613, or secondary contact Stephanie Smith at stephanie.n.smith60.civ@mail.mil or 614-701-2787 for further details regarding this opportunity.