DDXX Saipan MHE Equipment Preventative and Corrective Maintenance Services
ID: SP330026Q0009Type: 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)

Set Aside

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

    The Defense Logistics Agency (DLA) Distribution is seeking qualified contractors to provide preventative and corrective maintenance services for Material Handling Equipment (MHE) at DDXX Saipan, Commonwealth of the Northern Mariana Islands. The procurement includes a firm-fixed-price and time & materials contract for maintenance services, which encompasses semi-annual preventive maintenance and corrective maintenance, with all necessary labor, tools, and materials to be supplied by the contractor. This contract is crucial for ensuring the operational readiness of government-owned equipment, with a total estimated cost of $15,000 for the base year and a contract duration from December 1, 2025, to November 30, 2028. Interested parties must submit their quotes electronically by November 14, 2025, at 1:00 PM EST, to Brian Keckler at brian.keckler@dla.mil, adhering to the specified requirements and conditions outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The Deputy Secretary of War issued a memorandum on September 30, 2025, addressing concerns about the high costs of Department of War (Do W) leases for administrative and warehouse space. The directive aims to reduce costs and protect taxpayers by limiting new leases and Occupancy Agreements (OAs) to local market rental rates for comparable properties within a 10-mile radius. These rates will include rent, operating expenses, and tenant improvement allowances, excluding physical security costs for Sensitive Compartmented Information Facility or Special Access Program space. Do W tenants are directed to renegotiate existing above-market leases, exploring landlord willingness to lower rates as an alternative to relocation. New leases are exempt from Do W Unified Facilities Criteria but must comply with federal law, Interagency Security Committee security standards, local fire codes, and occupancy data collection. A moratorium is imposed on new leases in the National Capital Region (NCR). For 12 months, the Under Secretary of War for Acquisition and Sustainment can waive the NCR moratorium and market rental rate up to 125 percent if it's in the Department's best interest. The Department will continue efforts to improve real property leasing operations and reduce costs.
    This document, an amendment to solicitation SP3300-26-Q-0009, outlines the process for acknowledging receipt of amendments and details modifications to the original solicitation. Offerors must confirm receipt of the amendment via specified methods, such as completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter/telegram. Failure to acknowledge prior to the deadline may lead to offer rejection. Contractors are required to sign and return copies of the document. The amendment also revises Attachment 1 by removing the phrase "or in accordance with the manufacturers PM schedule" and establishes a semi-annual preventative maintenance schedule. This ensures that all parties are aware of the changes and that offers comply with the updated terms.
    This document is an amendment to a solicitation/modification of contract, specifically Standard Form 30, outlining procedures for acknowledging amendments and modifying offers. It specifies that offers must acknowledge receipt of amendments by completing items 8 and 15, acknowledging on each offer copy, or by separate letter/telegram. Failure to acknowledge timely may lead to rejection of the offer. The document clarifies that changes to already submitted offers can be made via telegram or letter before the opening hour. It details fields for contract identification, effective dates, administering offices, and contractor information. For amendments, it indicates whether the offer receipt date is extended. For contract modifications, it outlines various authorities for changes, administrative adjustments, or supplemental agreements. Notably, Attachment 4 (2024 CW-1 Wage Table) is removed, and the first set of Questions and Answers is attached for solicitation SP3300-26-Q-0009. The document reinforces that all other terms and conditions remain in full force.
    This document is an amendment to a solicitation or a modification of a contract, identified as Standard Form 30. It outlines the procedures for acknowledging amendments to solicitations, emphasizing that failure to do so by the specified date and time may lead to the rejection of an offer. It also details how an offeror can change an already submitted offer. The form includes sections for contract identification, amendment/modification numbers, effective dates, and descriptions of the changes made in Item 14. Key contact information for DLA Distribution Acquisition Operations is provided, along with a note about attached Questions and Answers. The document clarifies that all other terms and conditions of the original document remain in effect unless explicitly changed.
    This government amendment form, Standard Form 30, outlines procedures for acknowledging receipt of amendments to solicitations and modifications to contracts. It details methods for offerors to confirm receipt, emphasizing that failure to do so by the specified deadline may result in rejection of their offer. The form also provides sections for modifications to existing contracts, covering administrative changes, supplemental agreements, and other types of modifications. A key update in this specific amendment is the extension of the deadline to submit quotes to November 18, 2025, at 1:00 PM EST, for solicitation number SP3300-26-Q-0009. The document underscores the importance of all terms and conditions remaining in full force and effect unless otherwise specified.
    This government document is an amendment to a solicitation or a modification of a contract, identified as Standard Form 30. It outlines the procedures for offerors to acknowledge receipt of amendments, emphasizing that failure to do so by the specified deadline may result in the rejection of their offer. The document also provides instructions for changing an already submitted offer. It includes fields for contract ID, amendment/modification numbers, effective dates, and details for both solicitation amendments and contract modifications. Key sections address how changes are made to contracts/orders and require signatures from both the contractor/offeror and the contracting officer. The specific amendment 0005 for solicitation SP3300-26-Q-0009 includes a Q&A round 3 and specifies contact information for DLA Distribution Acquisition Operations.
    The DLA DDXX SAIPAN MHE EQUIPMENT PM and CM SERVICES contract outlines a firm-fixed-price and time & materials agreement for maintenance services. It covers semi-annual preventive maintenance, including all parts, labor, and travel, as well as corrective maintenance based on estimated service hours. Replacement parts for corrective maintenance are reimbursed at actual cost without additional fees. The total estimated cost for the base year is $5,000.00, with a grand total distribution of $15,000.00. The document details pricing for regular and overtime hours for labor and estimated costs for replacement parts. The contract emphasizes adherence to the Statement of Work (SOW) for all services and reimbursements, ensuring clear guidelines for maintenance activities and expenditures.
    This government file details a request for proposals (RFP) for Material Handling Equipment (MHE) Preventive Maintenance (PM) and Corrective Maintenance (CM) services for DLA DDXX Saipan. The total estimated cost is $15,000.00 for the base year. The services include semi-annual preventive maintenance, corrective maintenance based on estimated service hours, and replacement parts for corrective maintenance. The contractor will be reimbursed for actual replacement parts costs without additional fees. The document outlines firm-fixed-price and time & materials components, with estimates for regular and overtime hours for maintenance and replacement parts costs.
    The document, titled "SAIPAN UTC CDLX2 PREPOSITION DDXX DENSITY LIST," outlines a comprehensive inventory of equipment, primarily heavy machinery, vehicles, and shelter systems, likely intended for a prepositioned stock or deployment. The list includes various types of forklifts (05K, 06K, 11K, 50K Kalmar, Caterpillar), generators (30KW, 60KW MEP-1070), containers (20 FT, QUADCON Refrigerated, QUADCON Dry, COMM CENTER), and specialized vehicles and trailers such as a Ford 550 truck, 48-foot flatbed trailer, Kubota RTV, and compressor and power washer trailers. Also noted are a mobile light set and an HDT 40 series Airbeam Multifunction Shelter. This inventory suggests a logistical or operational readiness requirement, typical for government contracts related to disaster response, military support, or large-scale infrastructure projects.
    The Defense Logistics Agency (DLA) Distribution requires a contractor for Material Handling Equipment (MHE) and Industrial equipment maintenance services in San Antonio, Saipan, Commonwealth of the Northern Mariana Islands. This non-personal services contract, with a three-year ordering period, covers battery preventative maintenance (BPM), preventative maintenance (PM), and corrective maintenance (CM) on various government-owned equipment. The contractor must provide all labor, equipment, tools, materials, and supervision, adhering to Original Equipment Manufacturer (OEM) manuals and DLA/DoD regulations. Key personnel include a Contract Manager and an on-site Production Controller/Lead Technician. Contractor personnel require U.S. citizenship, a Tier 1 Background Investigation, Common Access Cards (CAC), and specific IT and security training. The Defense Property Accountability System (DPAS) is central to managing maintenance actions, work orders, and equipment utilization. The contractor will handle repairs, including those under and over $2,500, with specific approval processes and competition requirements for larger jobs and replacement parts. They are also responsible for environmental compliance, safety, and proper waste disposal, while the government provides work areas, utilities, and some equipment.
    The document outlines the process for determining prevailing wages under the Guam H-2B visa program. It explains that the Guam Department of Labor (GDOL), in conjunction with the U.S. Department of Labor, establishes these wages. If a Governor-approved occupational wage survey is unavailable, the Guam Occupational Employment and Wage Statistics (GOEWS) mean wage is used. A June 2020 GDOL survey, based on the 2010 Standard Occupational Classification (SOC) system, identified 504 SOC occupations. Of these, 194 met regulatory standards, while 31 did not. The 2020-2023 H-2B Wage Table includes 707 SOC occupations: 194 from the Governor's survey, 96 from GOEWS mean wages, and 417 with adjusted GOEWS wages. These wages became effective July 1, 2020, and remain valid through June 30, 2023. An adjustment factor of 0.96 applies to national GOEWS wages for this period. Employers must submit requests for prevailing wage determinations via Form ETA9165 through the FLAG system. Wage determinations are based on the available wage source at the time of issuance and are valid for no fewer than 90 days. Employers receiving a determination based on GOEWS wages that are later superseded by an approved Governor's survey must file a new request to receive the approved survey wage.
    The Defense Logistics Agency (DLA) Distribution Acquisition Operations J7 has issued a combined synopsis/solicitation (SP3300-26-Q-0009) for Material Handling Equipment (MHE) preventative and corrective maintenance services at DDXX Saipan, Commonwealth of the Northern Mariana Islands. This is a 100% Small Business Set-aside Request for Quote (RFQ) for a hybrid Firm-Fixed Priced (FFP) / Time & Materials (T&M) purchase order. The contract has a base year and two option years (December 1, 2025, to November 30, 2028). The contractor will provide all labor, equipment, tools, materials, and supervision for battery, preventative, and corrective maintenance. Quotes are due by November 14, 2025, 1:00 PM EST, and must be submitted electronically to brian.keckler@dla.mil, adhering to Controlled Unclassified Information (CUI) marking requirements. Award will be made to the lowest technically acceptable, responsible offeror, with evaluation based on technical capability and past performance.
    This document addresses 20 questions regarding a new government requirement for maintenance services in San Antonio, Saipan. Key clarifications include that the work location will be provided at the time of award, and there is no incumbent contractor as this is a new requirement. Personnel must be U.S. citizens, and the 2024 CW-1 Wage Table will be removed. DPAS system access will be ensured by a government employee on-site during preventive maintenance (PM) events. Work will be performed during regular daytime hours, with semiannual PM cycles ideally six months apart, and the specific schedule determined post-award. Corrective maintenance is covered under CLINs 0002, 0003, and 0004, with all parts for PM under CLIN 0001 and CM under CLIN 0002. The contractor must supply all tools, workbenches, and test equipment, as no Government-Furnished Property (GFP) will be provided. All maintenance will be coordinated through the on-site Government representative (TPOC/COR) via a single purchase order. Reporting includes DPAS updates and any PWS-required deliverables. A 90-day phase-in period (CLIN 0005) will be added for pricing, and travel/lodging for PM is included in the fixed-price CLIN. Contractors may propose annual labor rate adjustments tied to Department of Labor wage determinations for CNMI. Government acceptance will be confirmed if the contractor provides a report, and there is currently no known on-site storage for contractor equipment.
    This document addresses frequently asked questions regarding a new government requirement in San Antonio, Saipan, focusing on preventive and corrective maintenance services. Key clarifications include the work location being provided upon award, the removal of the CW-1 Wage Table, and confirmation that contractor personnel must be U.S. citizens. DPAS system access will be ensured by a government employee on-site, and there is no incumbent contractor as this is a new requirement. Work will be performed during regular daytime hours, with semi-annual PM cycles ideally six months apart. Corrective maintenance is covered by specific CLINs (0002, 0003, 0004), and all parts are to be procured by the contractor. No government-furnished property, tools, or test equipment will be provided. Maintenance work will be coordinated through an on-site Government representative (TPOC/COR) via a single purchase order. Reporting requirements include DPAS updates and other PWS deliverables. A 90-day phase-in period (CLIN 0005) will be added for pricing, and PM is a fixed-price CLIN that includes labor, parts, and travel. Contractors may propose annual labor rate adjustments. On-site storage for contractor materials will be available in a 20ft container during maintenance periods.
    This Q&A document clarifies several points for a new government requirement in San Antonio, Saipan. Key clarifications include that the exact work location will be provided upon award, and the number of personnel should align with the effort required for twice-yearly equipment maintenance. The 2024 CW-1 Wage Table, which caused confusion regarding citizenship, will be removed as all personnel must be U.S. citizens. Access to the DPAS system will be ensured by a government employee on-site during preventative maintenance, addressing concerns about the inactive eLearning link and geographic access. There is no incumbent contractor for these services, indicating a new requirement. Finally, the work is expected to be performed during regular daytime government working hours, Monday through Friday, 0700–1600.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    DDSP Material Handling Equipment (MHE) Batteries
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking proposals from qualified small businesses for the procurement of Material Handling Equipment (MHE) Batteries under a combined synopsis/solicitation. The requirement includes new batteries with specific features such as single-point water systems and low water monitor warning lights, with a focus on compliance with federal standards and a five-year warranty. This procurement is critical for supporting operations at DLA Distribution Susquehanna in Pennsylvania, with a firm-fixed price contract expected to be awarded based on the lowest technically acceptable price. Interested vendors must submit their quotes electronically by December 16, 2025, at 1:00 PM EST to Brian Keckler at brian.keckler@dla.mil.
    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.
    Purchase of 6 MFDs and supplies for Diego Garcia
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking quotations for the procurement of six One-Net Multifunctional Devices (MFDs) and associated supplies to be delivered to Diego Garcia via Japan. The MFDs must meet specific technical requirements, including TAA compliance, support for various operating systems, and a minimum print rate of 55 pages per minute, along with necessary consumables such as toners and photoconductor units. This acquisition is crucial for enhancing operational capabilities at naval facilities, ensuring efficient document handling and printing services. Interested vendors must submit their proposals by December 22, 2025, at 10:00 AM EST, and can direct inquiries to Emily Myers at emily.myers@dla.mil.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and associated services for the Navy Marine Corps Intranet (NMCI). The procurement aims to provide MFDs, accessories, and office document devices, along with installation, maintenance, training, and network security services for a period of up to 60 months at a flat rate. These contracts are crucial for ensuring efficient document management and operational support within the Department of the Navy. Interested companies must submit a capabilities package by December 12, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    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.
    Presolicitation Notice For Subsistence Prime Vendor Support For Puerto Rico
    Buyer not available
    The Defense Logistics Agency (DLA) is preparing to solicit offers for Subsistence Prime Vendor support for military and federally funded customers in Puerto Rico, with a solicitation expected to be issued in December 2025. The contract will be a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, requiring the Prime Vendor to supply a wide range of food items, including perishable and semi-perishable products, to various military facilities and visiting U.S. Navy ships in the region. This procurement is crucial for ensuring that authorized DLA customers receive timely and adequate food supplies during military operations and training exercises. Interested vendors should note that the estimated contract value is $32 million, with a maximum potential value of $48 million, and they can find the Request for Proposal (RFP) SPE300-25-R-0015 on the DLA Internet Bid Boards System (DIBBS). For further inquiries, contact Gwen Garcia at gwen.b.garcia@dla.mil or Matt Ligato at matthew.ligato@dla.mil.
    17--CRANE ASSY,MAINTENA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of Crane Assembly Maintenance (NSN 1730010826502). This solicitation is a total small business set-aside and aims to fulfill the need for aerospace craft launching, landing, ground handling, and servicing equipment, which is critical for military operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery to DLA Distribution Red River is set for 147 days after award. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    *SEE AMENDMENT #1: TIMELY COA Required: RFQ Tinian International Airport, 26,000 USG (JA1), RDD Jan 16-17,24, 2026, QUOTES DUE DEC 10TH, 2025 AT 3PM EST FT. BELVOIR TIME
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting quotations for the delivery of 26,000 USG of Jet A-1 aviation turbine fuel to Tinian International Airport in the Northern Mariana Islands. The procurement requires the fuel to be delivered via tank truck with pump on January 16-17, 2026, ensuring compliance with environmental regulations and the provision of Certificates of Analysis (CoA) that are no older than 90 days. This fuel is critical for military operations, and the contract will be awarded based on the lowest price quotation from responsible vendors, with all offers due by 3:00 PM Ft. Belvoir Time on December 10, 2025. Interested vendors should direct inquiries to Brian Hobbs at Brian.Hobbs@dla.mil or Luis Beza-Cay at Luis.Beza-Cay@dla.mil.