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
    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
    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.
    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.
    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
    Repair CTI Systems Teleplatforms
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of twelve CTI Systems Teleplatforms at Tinker Air Force Base in Oklahoma. This sole-source requirement necessitates troubleshooting and repair services, with contractors expected to provide all necessary labor, tools, equipment, and materials while adhering to manufacturer specifications and safety protocols. The teleplatforms are critical for depainting and painting processes, and the original equipment manufacturer, CTI Systems, has proprietary access to the control system, making this a specialized procurement. Proposals are due by December 15, 2025, and interested parties should contact Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil for further details.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model. The requirements include a forklift with a capacity of at least 1,000 lbs at a height of 21 feet, a mast height of 21-22 feet, and a maximum width of 54 inches, along with specific operational features such as 40-inch forks and safety equipment. This procurement is a total small business set-aside under NAICS Code 333924, emphasizing the importance of the equipment for operational efficiency at the base. Interested vendors must submit their quotes by December 17, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Brett Stroud at brett.stroud.1@us.af.mil.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Vertical storage unit repair and maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide repair and maintenance services for vertical storage units at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement involves comprehensive preventive maintenance and repair services for 17 vertical carousels and 24 vertical lift modules, ensuring compliance with OEM recommendations and safety standards, with a contract value estimated at $12,500,000 over three years. These services are critical for maintaining operational efficiency and extending the lifespan of the automated storage systems. Interested vendors must submit their quotes electronically by December 14, 2025, and can contact Michael Pitone or Lawrence Mark for further information.
    Snap-On Autocrib E-Tool FX Lockers (Brand Name)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of Snap-On Autocrib E-Tool FX Lockers to support operations at Tinker Air Force Base in Oklahoma. The requirement includes the acquisition of six 34-drawer lockers and nine 22-drawer lockers, specifically designed for logistical and maintenance operations. This procurement is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with a delivery schedule of 30 calendar days from the award date. Interested vendors must submit their proposals by December 29, 2025, and can direct inquiries to Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil.
    Centrifuge and Packing Press repair and maintenance service
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the repair and maintenance services of the T-38C ejection seat system's Centrifuge Test Set and Parachute Packing Press. This contract aims to ensure the operational readiness of critical equipment across six Air Education and Training Command stations, requiring on-site repairs, scheduled maintenance, and the provision of necessary repair parts. The contract will be executed as a Firm-Fixed Price and Cost Reimbursement-No Fee Indefinite Delivery Contract, with a base period of one year and four additional one-year options, emphasizing the importance of maintaining aircrew safety and training capabilities. Interested parties must submit their proposals by December 31, 2025, and direct inquiries to Mrs. Alexis Davis at alexis.davis.13@us.af.mil or Ms. Shemica Miller at shemica.miller@us.af.mil.
    SOURCES SOUGHT//SDVOSB - Dover AFB Isochronal Stand Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice to identify potential sources for the maintenance of the Isochronal Stand System at Dover Air Force Base (AFB). The procurement aims to secure a contractor capable of providing comprehensive management, tools, supplies, and labor for preventative maintenance, unscheduled repairs, and emergency services related to the Kern Steel Fabrication, Inc. ISO Stand System, which is critical for the operational readiness of the C-5 Galaxy aircraft. Interested parties must submit a capability statement demonstrating relevant experience and qualifications by December 15, 2023, with responses directed to 2d Lt Travis Ambrose and Ms. Charidy Vessels via email. The anticipated contract period spans from March 1, 2026, to September 30, 2030, with a focus on Service-Disabled Veteran-Owned Small Business participation.
    Revised - NEW DOOSAN BOBCAT BC30S-7 36V ELECTRIC 6,000 LB. CAPACITY FORKLIFT Robins AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of one new Doosan Bobcat BC30S-7 36V electric forklift with a 6,000 lb. capacity, to be delivered to Robins Air Force Base in Georgia. The procurement requires specific configurations, including a UL Rated Type EE, oil-cooled disc brakes, a two-stage standard wide-view mast, and a 36 Volt, 1190 AH battery with a three-phase, 480V charger, along with a warranty covering both standard and powertrain components. This forklift is essential for operational efficiency at the base, and the delivery is expected within 180 days after award. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Margaret Gaskill or Valerie Evans via email 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.
    Opportunity Details
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of KC-135 and C-130 Vertical Indicators, specifically the "INDICATOR, VERTICAL" items with National Stock Numbers (NSN) 6610-01-527-2395 and 6610-01-433-2219. This procurement is crucial for maintaining the operational readiness of military aircraft, ensuring that critical flight instruments are functioning correctly. The solicitation has been amended to extend the proposal due date to December 16, 2025, at 3:00 PM Central Standard Time, with the contract period running from September 20, 2026, to September 19, 2033. Interested parties can reach out to Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil for further information.