Vertical Stackers Service
ID: FA813225Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8132 AFSC PZIMCTINKER AFB, OK, 73145-3303, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
  1. 1
    Posted Oct 8, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 8, 2025, 12:00 AM UTC
  3. 3
    Due Jan 22, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Vertical Stackers Service contract at Tinker Air Force Base in Oklahoma. The contractor will be responsible for providing all necessary labor, tools, equipment, and materials for preventative and remedial maintenance on various vertical handling systems, including Remstar, Kardex, MegaStar, and Shuttle XP models. This maintenance is crucial for ensuring operational efficiency and safety at the Air Logistics Complex, with a focus on compliance with Original Equipment Manufacturer specifications and environmental regulations. Interested parties must submit their quotes by November 14, 2024, and can direct inquiries to primary contact Ysabel Mireles at ysabel.mireles@us.af.mil or secondary contact Tiwana Burdex at tiwana.burdex@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Jan 8, 2025, 8:05 PM UTC
The document outlines Solicitation # FA813225Q0001 for the Vertical Stackers Renewal Service contract at Tinker Air Force Base, Oklahoma. The Air Force Sustainment Center is seeking proposals for a Firm Fixed Price (FFP) contract under commercial item regulations. The solicitation is competitive and adheres to federal acquisition guidelines, requiring submission of quotes by November 14, 2024. Offerors must be registered in the System for Award Management (SAM) and ensure compliance with the provided terms and conditions, including specifications for preventative and remedial maintenance services. Key evaluation criteria include conformity to the solicitation, pricing, and each offeror's experience and capability, notably in handling specific power supply models. The selection will prioritize the lowest priced, technically acceptable bids. The document specifies terms of payment, requirements for shipping, and details for assessing each quote's completeness and accuracy. The need for continual maintenance underscores the importance of this contract in maintaining operational efficiency at the Air Force Base.
Oct 8, 2024, 8:16 PM UTC
The document outlines specifications for various vertical shuttles, vertical carousels, and vertical lifts, which are essential equipment typically utilized in manufacturing and storage settings. It details multiple models and manufacturers, including Kardex, Hanel, MegaStar, and Remstar, specifying individual equipment IDs and serial numbers to identify each unit. Key entries include vertical stackers, mega lifts, leanlifts, and various models of carousels, alongside their respective model and serial numbers, indicating a cataloged inventory meant for procurement or operational purposes. The organized structure consists of categorized sections for easy reference, encompassing descriptions of equipment types, manufacturers, model numbers, and serial identifiers for tracking. This compilation serves potential vendors or contractors responding to government RFPs (Requests for Proposals) that require detailed information on lift and carousel systems for federal, state, or local projects. It implicitly emphasizes the need for standardized inventory management in the context of governmental operations, showcasing relevant technical specifications that aid in decision-making for equipment acquisition while ensuring compliance with operational requirements.
This document provides an equipment list associated with various vertical handling systems used by federal facilities. It includes details about three equipment items: a Vertical Stacker by Kardex located in Bldg 2136, a Mega Lift by MegaStar in Bldg 3705, and a Vertical Carousel by Shuttle XP in Bldg 2122. Each entry contains information such as the equipment ID, manufacturer, model number, serial number, and the point of contact (POC) for inquiries, including names and phone numbers. The list was updated on April 27, 2023, and categorizes the equipment essential for vertical material handling within government operations. This inventory is part of broader efforts associated with federal RFPs and grants aimed at improving efficiency and managing resources in government facilities. The document underscores the importance of maintaining updated records of equipment for operational continuity and streamlined procurement processes.
This document captures inventory details regarding various vertical storage systems, including shuttles, carousels, and lifts across multiple buildings within a federal facility. It provides specific information such as equipment ID, description, manufacturer, model, and point of contact (POC) for each piece of equipment, which primarily comes from two manufacturers: Remstar and MegaStar. Each entry is organized by an operational code (OC), with additional attributes like location and contact names, ensuring easy reference for maintenance and coordination purposes. The equipment is distributed across buildings 200 and 9001, with various rooms designated for specific systems, indicating a systematic approach to space allocation. The purpose of this document aligns with government efficiency in asset management, particularly under the contexts of federal grants and RFPs. By maintaining accurate and comprehensive equipment inventories, the government enhances procurement processes and facilitates effective grants management. As such, this inventory is integral to ensuring operational preparedness and compliance with federal regulations on equipment utilization.
The document presents an equipment list detailing various Mega Lift units, including their identification information and locations within federal buildings. Each entry includes an equipment ID number, description, manufacturer, model number, serial number, part number or national stock number, and the building and room designation where the equipment is located. The list identifies two units: the MegaStar model 206X/457/12 with OC14581 in Building 3001 and the MegaStar model 156X/457/22 with OC16344 in Building 200. Additionally, a note suggests that if any equipment contains batteries, filters, or hazardous materials, further documentation is required under a separate tab. This summary indicates the organization and planning related to government equipment management, which is essential for compliance, safety, and effective resource allocation in federal operations.
This document lists equipment related to vertical carousels within a federal facility, detailing specific items maintained by Kardex, including model and serial numbers, as well as their locations and points of contact. Three vertical carousels are cataloged: the Titan III (models 80557 and 80558) and the Titan 100-HD1200 (model 1021). All equipment is housed at Post sites—Building 3001 (Y-85 and B-70) and Building 3221 (H-15)—with Octavio Mejia as the primary contact for inquiries. Additionally, it references a future procurement timeline for vertical shuttles, vertical carousels, and vertical lifts, set for July 1, 2024. This file is relevant to government RFPs, highlighting existing infrastructure and upcoming acquisition strategies within the federal sector.
The document outlines the Performance Work Statement (PWS) for a Preventative and Remedial Maintenance Service Contract concerning various vertical stackers, carousels, and lifts utilized at the Oklahoma City–Air Logistics Complex (OC-ALC). The contractor is mandated to provide essential labor, materials, and equipment for maintenance tasks while adhering to safety standards and procedures set out by Tinker Air Force Base (TAFB). Key responsibilities include conducting preventive maintenance twice a year for each equipment type, promptly responding to malfunctions, and performing remedial repairs as necessary. The contractor must ensure compliance with environmental regulations, manage hazardous materials effectively, and follow strict documentation procedures related to service reports and repair authorizations. Additionally, safety protocols, training requirements, and responsibilities for contractor personnel are clearly outlined to promote a safe working environment. The purpose of the contract is to maintain optimal operational capability of critical equipment within OC-ALC, ensuring adherence to military and environmental standards throughout the repair and maintenance processes.
The Performance Work Statement (PWS) outlines the requirements for a Preventative and Remedial Maintenance Service Contract for the 76th Multigroup at Tinker Air Force Base. The contractor is tasked with all labor, materials, and inspections necessary for maintenance on specified vertical stackers, carousels, and lifts, adhering to specifications from Original Equipment Manufacturers (OEM). Key responsibilities include two preventative maintenance (PM) visits per year, responding to malfunctions within set timelines, and providing detailed repair reports after evaluations. All repair actions require prior authorization from the contracting officer. The contractor must comply with environmental regulations and provide safety documentation, while ensuring that all personnel hold necessary certifications. The PWS establishes a strict performance assessment framework, requiring 100% compliance on critical service metrics, including timely service delivery and proper equipment return protocols. The document contributes to maintaining operational effectiveness and safety at Tinker AFB, underlining the importance of contractor accountability and government oversight.
Jan 8, 2025, 8:05 PM UTC
The document details Wage Determination #2015-5315 for contracts subject to the Service Contract Act in Oklahoma, specifically covering Canadian, Cleveland, Grady, Lincoln, Logan, and McClain counties, with a last revision date of July 22, 2024. It outlines the minimum wage rates mandated by Executive Orders 14026 and 13658, specifying that contractors must pay at least $17.20 per hour for contracts awarded after January 30, 2022, and $12.90 per hour for those awarded between January 1, 2015, and January 29, 2022. The wage determination also includes a comprehensive list of occupations covered under the act, divided into various categories such as administrative support, automotive service, food preparation, health occupations, and more. Additionally, it discusses required fringe benefits, including health and welfare contributions, vacation, and sick leave under Executive Order 13706. The document emphasizes the importance of compliance with wage standards to ensure worker protection and outlines the process for requesting classification of additional job roles not explicitly listed. This summary highlights critical contractor obligations under federal regulations, essential for understanding RFPs and grant applications related to service contracts across federal, state, and local sectors.
Lifecycle
Title
Type
Vertical Stackers Service
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
RFI - Hanel Vertical Storage Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified vendors to provide maintenance services for four Hänel vertical lift storage systems at Davis-Monthan Air Force Base (DMAFB) in Arizona. The contractor will be responsible for delivering preventative and corrective maintenance, ensuring operational readiness and safety, and must possess current Hänel factory certifications to perform the required services. This opportunity is critical for maintaining the functionality of the storage systems, which are essential for efficient operations at the base. Interested parties should contact Hunter Nope at hunter.nope@us.af.mil or Michael Orchowski at michael.orchowski@us.af.mil for further details, as this is a Request for Information and no proposals are needed at this time.
Vertical Lift Module (VLM) at HILL AFB, UT
Buyer not available
The Department of Defense, through the Air Force Materiel Command, is soliciting proposals for the acquisition of a Vertical Lift Module (VLM) to be utilized at Hill Air Force Base, Utah, specifically for the 581st Missile Maintenance Squadron. The procurement aims to enhance operational efficiency by providing a robust storage and retrieval system for tools and components, ensuring compliance with safety and performance standards. The VLM must be designed for durability, maintainability, and operational readiness, with a service life of at least 20 years and adherence to various regulatory requirements. Proposals are due by 1500 MST on April 28, 2025, with inquiries directed to Tanner Nielsen and Bryan Kingsford via email. This opportunity is set aside for small businesses, with a total contract value structured across multiple payment phases based on performance milestones.
DDNV Vertical Lift Module Preventative/Corrective Maintenance
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified contractors to provide preventative and corrective maintenance services for Modula Vertical Lift Modules (VLMs) at DLA Distribution Norfolk, Virginia. The procurement aims to ensure operational efficiency and reliability of the VLM equipment, which is critical for automated storage and retrieval systems within the distribution facility. The contract is structured as a hybrid Firm-Fixed-Price/time and materials purchase order, spanning five years with an estimated total value of $50,000, and includes specific requirements for quality assurance and compliance with federal regulations. Interested parties must submit their proposals by April 17, 2025, and can direct inquiries to Samuel Tustin at samuel.tustin@dla.mil.
Vertical Lift Modules
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Letterkenny, is seeking qualified contractors to provide preventative maintenance and repair services for vertical lift modules and vertical carousel systems at the Letterkenny Army Depot in Pennsylvania. The contract aims to ensure the operational longevity of 41 automated vertical storage devices, including 17 vertical carousels and 24 vertical lift modules, through adherence to OEM recommendations and quality assurance standards. This maintenance is critical for minimizing downtime and maintaining efficiency in military operations. Interested parties must submit their capability statements by 3:00 PM EST on April 11, 2025, to Trevor Monn at trevor.l.monn.civ@army.mil, as no solicitation is currently available and responses are voluntary.
Contech Ultra Press Repair-Tinker AFB, OK
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is soliciting quotations for the repair of a Contech Ultra Press Model UP5050 at Tinker Air Force Base in Oklahoma. The procurement aims to establish a Firm-Fixed Price (FFP) contract for the removal and replacement of metal cut guides and the repair of safety sensors, ensuring the machine operates according to manufacturer specifications. This initiative is crucial for maintaining operational readiness and compliance with safety standards within military facilities. Interested contractors must submit their quotes electronically by the specified deadline, and for further inquiries, they can contact John Sproul at john.sproul@dla.mil or call 717-770-7285. The performance period for the project is set at 15 days following the receipt of the order.
Washer/Dryers Rental and Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the leasing and maintenance of washers and dryers at Tinker Air Force Base in Oklahoma. The procurement involves providing 70 top-load washers and 80 electric dryers for unaccompanied housing and temporary lodging facilities, with a firm-fixed price contract spanning a period of 60 months, including options for extensions. This initiative is crucial for ensuring reliable laundry services for military personnel while adhering to energy efficiency standards and compliance with federal regulations. Interested vendors must submit their proposals by April 21, 2025, to Christopher Collins at christopher.collins.91@us.af.mil, and should be aware of the wage determination requirements and performance standards outlined in the solicitation documents.
Request for Information - Tunner 60K Aircraft Cargo Loader
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources capable of sustaining the Tunner 60K Aircraft Cargo Loader. The RFI focuses on four key areas: pipeline/material management, sustaining engineering, repair, and overhaul, aiming to gather insights from both large and small businesses, including joint ventures. The Tunner 60K ACL is critical for military logistics, facilitating the efficient transport of cargo, and maintaining its operational readiness is essential for military operations. Interested parties must submit their responses by April 11, 2025, and can direct inquiries to Deborah Simmons at deborah.simmons@us.af.mil or Tiffany Davis-Patterson at tiffany.davis-patterson@us.af.mil.
Elevator Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for elevator maintenance services at Fairchild Air Force Base (FAFB) in Washington. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, parts, and labor to maintain, repair, and inspect vertical transportation equipment (VTE) to ensure safe and continuous operation, in accordance with the Performance Work Statement (PWS). This procurement is critical for maintaining operational safety and compliance with established safety codes, with a contract period starting from October 1, 2025, and extending through September 30, 2030. Interested vendors must submit their proposals by April 22, 2025, and can contact Michael Salone at michael.salone@us.af.mil or Paul Blais at paul.blais@us.af.mil for further information.
Common Regulator Test Stands (CRTS)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of three Common Regulator Test Stands (CRTS) to be delivered to Tinker Air Force Base in Oklahoma. This procurement is a sole source acquisition directed to Mission Systems Davenport, and it includes specific requirements for delivery, training, and compliance with various federal regulations. The solicitation emphasizes the importance of these test stands for aircraft maintenance and repair operations, ensuring that the Air Force can maintain operational readiness. Interested contractors must submit their quotes by April 18, 2025, and can direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.
GE Concept Laser M2 Series 5 Printer Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide maintenance services for the GE Concept Laser M2 Series 5 Printers at the Oklahoma City–Air Logistics Complex (OC-ALC). The contract will encompass a three-year service agreement that includes all necessary labor, tools, equipment, and materials for preventive maintenance on these printers. This procurement is critical as it ensures the operational efficiency and reliability of advanced manufacturing equipment used in defense applications. Interested parties must submit their proposals electronically via FedBizOps, and the contract is anticipated to be a Firm Fixed Price type, with a NAICS code of 811310 and a size standard of $8 million. For further inquiries, contact Madelyn Thompson at madelyn.thompson@us.af.mil or Andrew Hutchcraft at andrew.hutchcraft@us.af.mil.