DLA Disposition Services Pearl Harbor, HI Material Handling Equipment (MHE) Preventative and Corrective Maintenance Services
ID: SP4510-25-Q-1055Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISPOSITION SERVICES - EBSBATTLE CREEK, MI, 49037-3092, 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)

Set Aside

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

    The Defense Logistics Agency (DLA) Disposition Services is seeking qualified contractors to provide preventative and corrective maintenance services for Material Handling Equipment (MHE) at its Pearl Harbor, Hawaii location. The procurement involves a firm-fixed-price contract with a base period of 12 months and two optional 12-month extensions, totaling a maximum of three years. This maintenance is crucial for ensuring the operational readiness and safety of various MHE, including forklifts and utility vehicles, which are essential for the efficient disposal of excess and surplus property generated by the Department of Defense. Interested contractors must submit their quotes by 3:00 PM EST on August 29, 2025, to Brandon Awkerman at brandon.awkerman@dla.mil, with a total estimated contract value of $75,000 over the entire period.

    Point(s) of Contact
    Brandon Awkerman
    Brandon.awkerman@dla.mil
    Files
    Title
    Posted
    The Defense Logistics Agency (DLA) Disposition Services (DS) Pearl Harbor requires Material Handling Equipment (MHE) Maintenance Services, encompassing Preventive Maintenance (PM) and Corrective Maintenance (CM). This firm-fixed-price contract has a base period of 12 months and two 12-month options, not exceeding three years. The contractor must provide all personnel, equipment, tools, materials, supervision, and quality control. PM services are required annually per item, including inspections, load tests, and fluid top-offs, adhering to OEM specifications. CM services involve assessing deficiencies, providing written estimates for repairs using OEM parts, and completing repairs within five business days of parts receipt. Services are primarily performed on-site at DLA DS Pearl Harbor, with specific protocols for base access, security, and spill responsibility. The USG provides workspace and utilities, while the contractor furnishes PPE and certified technicians. Performance will be evaluated via a Quality Assurance Surveillance Plan, and the contractor must develop a Quality Control Plan. Invoicing is done monthly through the DoD Wide Area Workflow system.
    This document is a price schedule for a DLA DS Pearl Harbor Material Handling Equipment (MHE) Service Contract, detailing costs for preventive maintenance, repair parts, and labor over a base period and two option years. The contract outlines preventive maintenance for various MHE, including electric forklifts (3-4k), forklifts (3-4k, 5-10k, 30-39k), front-end loaders, utility task vehicles, warehouse sweepers, and medium excavators. Each 12-month period (base and two options) has an estimated cost of $25,000.00, primarily allocated to repair/replacement parts, with labor for unscheduled repairs also included. The total estimated cost for the entire contract, including all options, is $75,000.00. The document is marked "FOR OFFICIAL USE ONLY" and "PROCUREMENT SENSITIVE - SOURCE SELECTION INFORMATION."
    The provided document, "ATTACHMENT 1_Equipment list," details various types of equipment located at DS PEARL HARBOR. The list includes forklifts of different capacities and fuel types (electric, LPG, diesel), a front-end wheel loader, utility vehicles (UTV and ATV), a sweeper/scrubber, and an excavator. Each item is identified by a CLIN (Contract Line Item Number), type, brand, model, year, and serial number. This comprehensive inventory suggests a procurement or asset management context, likely for a federal government RFP, to ensure transparent and standardized reporting of equipment. The detailed information supports efficient resource allocation, maintenance, and accountability for government operations in Pearl Harbor.
    The Quality Assurance Surveillance Plan (QASP) for the Defense Logistics Agency Disposition Services (DLA DS) in Pearl Harbor outlines the standards and surveillance methods for the Material Handling Equipment (MHE) Maintenance contract. Its purpose is to ensure quality performance through monitoring and addressing failures. The document details Acceptable Performance Levels (APLs) for various deliverables, including signing in on visitor logs, timely and complete preventive maintenance (PM), affixing PM stickers, dating filters, submitting PM sheets, corrective maintenance (CM) services, cost estimates for CM, timely CM repairs, and call-back services. For most APLs, no more than two failures are permitted per performance period, with payment potentially withheld until the APL is met. The Contracting Officer's Representative (COR) is the primary method of surveillance, responsible for reporting performance to the Contracting Officer (KO) and determining if late performance is due to excusable delays. Consequences for failing to meet APLs can include partial or full contract termination. The COR also monitors compliance with Combating Trafficking in Persons (CTIP) clauses.
    The Contractor Past Performance Data Sheet is a two-part questionnaire designed to evaluate a contractor's past performance for federal government solicitations. Part I is completed by the offeror, detailing contract information, work performed, dollar value, subcontractors, and any problems encountered with corrective actions. Part II is for a commercial or government respondent to assess the contractor's performance on previous contracts. This section includes an overall assessment, specific ratings for technical performance (quality, accuracy of deliverables, problem resolution), management/key personnel effectiveness, schedule compliance, small business/socioeconomic interest utilization, and compliance with additional regulatory requirements. Performance is rated on a scale of Exceptional to Unsatisfactory, with detailed explanations for each category. The respondent also indicates whether they would award another contract to the contractor, providing crucial data for DLA Disposition Services to evaluate the probability of successful contract accomplishment.
    The government file details contract terms and conditions, specifically focusing on the renewal and extension of contracts awarded between January 1, 2015, and January 1, 2018. It outlines the minimum applicable rates for renewal and extension, emphasizing the duration of contracts and the conditions under which they can be renewed or extended. The document also provides a comprehensive list of contract types and their associated clauses, which are crucial for understanding the scope and requirements of government procurements. Key sections detail various articles and appendices, suggesting a structured approach to contract management. The file appears to be a guide for both government agencies and contractors on the procedural aspects of contract lifecycle management within federal, state, and local RFP frameworks.
    The Performance Work Statement (PWS) outlines the maintenance services for Material Handling Equipment (MHE) at the Defense Logistics Agency (DLA) Disposition Services in Pearl Harbor. The contract is for a Firm Fixed Price with a 12-month base period, extendable for two additional years. The contractor is responsible for conducting Preventive Maintenance (PM) and Corrective Maintenance (CM), ensuring MHE remains operational for military support. The PWS emphasizes the contractor’s requirements, including annual inspections, coordination for services, and adherence to Original Equipment Manufacturer (OEM) standards. For PM, tasks include thorough inspections and necessary replacements, while CM service requests must be assessed and estimated promptly. The contractor must ensure a qualified workforce, comply with security protocols at the installation, and maintain environmental safety standards regarding spills. Invoicing must be managed through the DoD Wide Area Workflow, with monthly submissions, and there are defined minimum and maximum contract values. The document establishes a framework aimed at maintaining operational efficiency and safety for military logistics through structured maintenance services. It underscores the importance of effective communication, prompt action for repairs, and strict adherence to quality control procedures.
    The document outlines the price schedule for a service contract related to preventive maintenance for various types of material handling equipment (MHE) at DLA Pearl Harbor. It specifies details for the base period, option periods, and includes a list of Contract Line Items Numbers (CLIN) for maintenance services on electric forklifts, standard forklifts, front-end loaders, utility task vehicles, warehouse sweepers, and excavators. Each item includes quantities and prices, with a total base cost of $25,000 per 12-month period for maintenance services. In addition, repair/replacement parts are allocated a rough order of magnitude (ROM) cost of $25,000, totaling $75,000 when combined across all options. The document emphasizes the ongoing need for maintenance services to ensure the operational efficiency of the fleet at Pearl Harbor and represents planning in the procurement process within government contracts, evidencing adherence to federal guidelines for budgeting and resource allocation.
    The document lists equipment specifications for various forklifts and other machinery located at the Pearl Harbor facility. It details items along with their respective Contract Line Item Numbers (CLINs), types, brands, model years, and serial numbers. The inventory includes multiple categories of forklifts: 3K, 4K, 6K, 10K, 30K, and 36K DSL models from brands such as Hyster, Mitsubishi, and Caterpillar. Additionally, it covers other equipment like front-end loaders, utility task vehicles (UTVs), all-terrain vehicles (ATVs), a sweeper/scrubber, and a wheeled excavator, showcasing a diverse range of heavy-duty machinery. The document serves as a detailed reference for asset management and procurement processes tied to federal government RFPs and grants, aiding in ensuring compliance and operational efficiency at the facility.
    The Quality Assurance Surveillance Plan (QASP) for the Defense Logistics Agency Disposition Services (DLA DS) at Pearl Harbor outlines performance expectations and surveillance methods for maintenance services of Material Handling Equipment (MHE). The document establishes Acceptable Performance Levels (APLs) related to timely service delivery, documentation, and corrective actions, emphasizing the necessity for the contractor to meet these standards consistently. The primary surveillance method involves the Contracting Officer’s Representative (COR) documenting contractor performance and any failures to meet APLs, which could result in payment reductions or other contractual actions. In cases of late performance, the COR will assess if delays were caused by factors beyond the contractor's control. Additionally, compliance with the Combating Trafficking in Persons clause is monitored. This structured oversight ensures that the contractor is held accountable for service quality while promoting operational efficiency within government contracts.
    The Contractor Past Performance Data Sheet is a comprehensive questionnaire designed to evaluate an offeror's previous contract performance for potential government contracts. It consists of two parts: the first part is completed by the contractor, detailing aspects such as contract numbers, contact information, work performed, contract value, subcontractors, issues encountered, and corrective actions taken. The second part is filled out by the agency or corporation where the work was executed, offering opinions on the contractor's performance across various metrics, including technical performance, management effectiveness, schedule compliance, utilization of small businesses, and adherence to regulatory requirements. Evaluation ratings range from Exceptional to Unsatisfactory, with narrative explanations required for each. The overall assessment informs the likelihood of awarding future contracts to the contractor. This structured approach aims to ensure government efficiency and accountability in contract award decisions, particularly under the guidance of federal RFPs and grants.
    The document outlines a series of government requests for proposals (RFPs) and grant opportunities at federal, state, and local levels. It highlights the importance of these funding initiatives for various sectors, providing financial support for pivotal projects aimed at community development, infrastructure improvement, and public service enhancement. Key details include eligibility criteria for applicants, application processes, and funding priorities across different agencies. The document emphasizes the necessity for transparency and accountability in handling public funds, alongside comprehensive reporting requirements for awarded projects. As government agencies seek to engage diverse stakeholders, this resource serves as a vital tool for organizations aiming to secure funding while fostering partnerships that contribute to public welfare and regional growth. The overall purpose is to facilitate access to essential financial resources that empower communities and meet specific societal needs, underscoring the government's commitment to enhancing citizen quality of life through strategic investments.
    Similar Opportunities
    MRO Hawaii Region SPE8E323D0014
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking to establish a bridge contract for Maintenance, Repair, and Operations (MRO) in the Hawaii region under contract number SPE8E323D0014. This procurement aims to secure miscellaneous construction materials necessary for ongoing operations and maintenance activities within the region. The goods and services procured are vital for ensuring the operational readiness and support of military facilities in Hawaii. Interested parties can reach out to Lauren Byrne at lauren.byrne@dla.mil for further details regarding this opportunity.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    2 (two) 5K Forklift Lease and Maintenance for 12 Months plus two 12 months option periods.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, is seeking proposals for the lease and maintenance of two 5K forklifts for a duration of 12 months, with the option to extend for two additional 12-month periods. This procurement aims to ensure the availability of reliable material handling equipment, which is crucial for operational efficiency at the specified location. Interested vendors should note that this opportunity is set aside for small businesses, in accordance with FAR 19.5, and the primary point of contact for inquiries is Brandon Lee, who can be reached at brandon.r.lee.civ@us.navy.mil. Proposals must be submitted in accordance with the solicitation guidelines, with further details available upon request.
    DDSP Elevator Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking a contractor for elevator maintenance services at DLA Distribution Susquehanna, Pennsylvania. The procurement involves providing preventative and corrective maintenance for elevators, dumbwaiters, and platform lifts, including all necessary labor, tools, materials, and management to ensure optimal operation in compliance with ASME A17 standards. This contract is crucial for maintaining the functionality and safety of essential lift equipment, with a Firm Fixed-Price (FFP) and Time & Materials (T&M) purchase order structure covering a base year and four option years, from December 29, 2025, to December 28, 2030. Interested parties must submit their quotes by December 12, 2025, and can contact Morgan Costanzo at morgan.costanzo@dla.mil or 717-770-8868 for further information.
    DDAG - Dock Leveler and Industrial Door Maintenance - SP3300-26-Q-0012
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified small businesses to provide preventative and corrective maintenance services for dock levelers and industrial doors at DLA Distribution Albany, Georgia. The procurement involves establishing a hybrid firm-fixed-price and time-and-materials purchase order, covering a base year from March 2026 to March 2027, with four additional option years extending through March 2031. This maintenance is crucial for ensuring the operational efficiency and safety of material handling equipment, which plays a vital role in logistics operations. Interested vendors must submit their quotes electronically by December 10, 2025, and can direct inquiries to Michael French at michael.s.french@dla.mil, with a total ceiling price of $22,000.00 for the entire contract period.
    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.
    Heavy Equipment Program - Sweeper and Scrubber Equipment SPE8EC25R0003
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is issuing a solicitation for the Heavy Equipment Program, specifically for sweeper and scrubber equipment under solicitation number SPE8EC25R0003. This opportunity seeks proposals for multiple Indefinite Delivery/Requirements Contracts for new commercial equipment, including utility sweepers, warehouse sweepers, street sweepers, and associated support services for the U.S. Military and other authorized government agencies. The contracts will have a ten-year term with no options, and proposals must be submitted by November 16, 2034, at 4:00 PM EST, with evaluations based on the Lowest Price Technically Acceptable (LPTA) method. Interested vendors can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    J039--Forklift Repairs
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking qualified contractors to provide forklift repair services at the Michael E. DeBakey VA Medical Center in Houston, Texas. The primary objective is to replace the high-pressure fuel pump and injectors on an AUSA C400H rough terrain forklift, ensuring complete installation, start-up, and testing of all components while adhering to the manufacturer's guidelines. This procurement is crucial for maintaining operational efficiency and safety within the medical center's logistics operations. Interested contractors must submit their responses by December 12, 2025, at 3:00 PM Central Time, including company information, small business status, training capabilities, and an Authorized Distribution Letter from the manufacturer, to Contract Specialist Robert (Dustan) Arabie at robert.arabie@va.gov.
    25--HOIST UNIT,HYDRAULI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of four hydraulic hoist units (NSN 2590017242771). This solicitation is a total small business set-aside, aimed at acquiring essential vehicular equipment components that are critical for various military applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 161 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    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.