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.