VLM Maintenance for DLA Distribution Oklahoma City, OK (DDOO)
ID: SP330025Q0091Type: 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)
Timeline
    Description

    The Defense Logistics Agency (DLA) is seeking qualified contractors to provide maintenance services for Vertical Lift Modules (VLM) at its distribution center in Oklahoma City, OK. The procurement aims to establish a firm fixed-price contract for both preventive and corrective maintenance services, ensuring the operational availability of the VLMs, which are critical for efficient material handling within the facility. The contract will cover a base year from April 1, 2025, to March 31, 2026, with two optional performance years, and requires contractors to demonstrate technical capability and past performance. Interested parties must submit their proposals via email by March 17, 2025, and can contact Allexas R. Kirchgessner at Allexas.Kirchgessner@dla.mil or 717-770-4285 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for preventive and corrective maintenance services on Modula Vertical Lift Modules (VLMs) for the Defense Logistics Agency (DLA) Distribution in Oklahoma City. The scope includes both scheduled preventive maintenance (PM) and unscheduled corrective maintenance (CM) to ensure the equipment's operational availability. The maintenance service requires the contractor to provide all necessary labor, tools, materials, and oversight. The contract specifies a base year with four optional performance periods, and it mandates compliance with security requirements, including U.S. citizenship for all personnel. The contractor must use new or refurbished parts, seek approvals for costs exceeding $1,500, and maintain thorough documentation for all maintenance activities. Quality control measures, adherence to environmental compliance, and safety requirements are also emphasized. Additionally, the PWS mandates that all operations comply with DoD cybersecurity regulations, ensuring that maintenance activities do not introduce vulnerabilities. Overall, this document serves as a detailed framework for contractors to follow, ensuring that all aspects of maintenance and service delivery meet the stringent standards required by the DLA and the federal government.
    The document outlines the proposal for "Modula VLM Complete Repair and Maintenance Services" provided to the Defense Logistics Agency (DLA) Distribution Oklahoma, with a total estimated budget of $50,000. This includes $10,000 allocated for equipment services and maintenance of automated storage and retrieval systems (ASRS). Key components of the project involve semi-annual preventive maintenance, telephone support, and corrective maintenance services for six units of Modula VLM equipment. The budget is delineated into firm-fixed price and variable costs, as per the Performance Work Statement (PWS). Noteworthy includes travel expenses and replacement parts for corrective maintenance, which will incur actual costs without added fees. The proposal covers multiple periods of performance, indicating a structured schedule for service delivery and expense allocation. In summary, this document serves as a comprehensive scope and estimate for essential repair and maintenance services for specialized equipment within the DLA's Oklahoma distribution center, ensuring operational efficiency and compliance with federal procurement standards.
    The document details an inventory list of Vertical Lift Modules (VLM) manufactured by Modula, including various equipment located at different site buildings within a federal facility. Each entry specifies the model, serial number, and DLA asset number for traceability. The VLMs are identified under a particular site custody with designated Points of Contact (POC) for custody, contract oversight, and engineering. The consistent designation for all entries indicates they are under the same maintenance contract. The document serves the purpose of maintaining an accurate inventory for federal oversight, ensuring proper documentation and management of mechanical assets necessary for operations within government sites. Furthermore, the structure emphasizes important attributes like model specifics and contact personnel, reflecting the need for organized asset management in governmental processes.
    The document serves as Amendment 0001 to solicitation SP330025Q0091, extending the deadline for offer submissions and clarifying the acknowledgment process for this amendment. The amendment specifically updates the Combined Synopsis Solicitation (CSS) to incorporate Option Years 3 and 4, while confirming that all other terms and conditions remain unchanged. Vendors must acknowledge receipt of the amendment through specified methods, or their offers may be rejected if not received in time. The document outlines the procedures for submitting changes to previously submitted offers and other necessary administrative modifications related to the contract. Overall, the amendment maintains procedural and contractual integrity while allowing for flexibility in the solicitation period.
    The document is an amendment (0002) to solicitation SP330025Q0091, extending the submission deadline for offers to March 17, 2025, at 1300 EST. It mandates that offerors acknowledge receipt of this amendment by specific methods, including returning copies of the amendment or referencing it in their submitted offers. Failure to acknowledge receipt may lead to rejection of their offer. The amendment clarifies that all other terms and conditions of the original solicitation remain unchanged. Additionally, it provides guidance on modifying submitted offers if necessary, indicating that corresponding communication must reference the solicitation and amendment numbers. The document is issued by the DLA Distribution Acquisition Operations and addresses administrative procedures for contractors involved in the bidding process. This amendment reflects ongoing adjustments in federal RFP processes as it relates to time management and compliance requirements for proposals.
    The document is a Request for Quote (RFQ) SP3300-25-Q-0091 issued by the Defense Logistics Agency (DLA) for maintenance services on Vertical Lift Modules (VLM) at DLA Distribution in Oklahoma City, OK. It seeks to establish a firm fixed-price order and includes clauses from the Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). The procurement process is open for full competition, with a NAICS code of 811310 and a size standard of $12.5 million. The RFQ specifies the performance period from April 1, 2025, to March 31, 2026, with two option years. It outlines requirements for proof of delivery and mandates that prospective contractors be registered in the System for Award Management (SAM). The evaluation process will assess technical capability and past performance on a pass/fail basis, selecting the lowest-priced offer conforming to requirements. Proposals must be submitted via email by March 10, 2025, and should include documentation demonstrating Modula certification and relevant past performance references. The document emphasizes innovative processes to achieve cost savings, reiterates confidentiality standards regarding proprietary information, and details extensive invoicing and payment instructions using the Wide Area Workflow (WAWF) system.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Vertical Lift Module Maintenance Support Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking proposals for Vertical Lift Module (VLM) Maintenance Support Services at its facility in Corpus Christi, Texas. The procurement aims to secure comprehensive maintenance and repair services for Modula VLM automated storage and retrieval systems, ensuring their operational availability through preventive and corrective maintenance. This initiative is critical for maintaining the efficiency and reliability of logistics operations within the defense sector. Interested vendors must submit their quotations by 10:00 AM EST on March 14, 2025, and should contact Deborah Johnson at Deborah.L.Johnson@dla.mil or 717-770-8774 for further information. The total estimated funding for this contract is $50,000, covering a base year and four option years.
    DDAA Vertical Lift Module Preventative/Corrective Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for preventative and corrective maintenance services for Modula Vertical Lift Modules (VLMs) at the DLA Distribution facility in Anniston, Alabama. The contract encompasses a base year with four optional years, requiring the contractor to perform scheduled preventive maintenance and on-call corrective maintenance in compliance with Original Equipment Manufacturer (OEM) standards. These services are critical for ensuring the operational availability and efficiency of the automated storage and retrieval systems, which support the logistical needs of the DLA. Interested parties must submit their proposals by March 4, 2025, with questions due by February 27, 2025. The estimated total contract value is $74,000, and potential contractors must be registered in the System for Award Management (SAM) and comply with federal acquisition regulations. For further inquiries, contact Brian Keckler at brian.keckler@dla.mil or call 717-770-8418.
    DDRV Vertical Lift Module Preventative/Corrective Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking contractors for the preventative and corrective maintenance of Modula Vertical Lift Modules (VLMs) at DLA Distribution in Richmond, Virginia. The procurement encompasses a base year of service valued at $34,000, with four optional years priced at $10,000 each, focusing on maintaining operational efficiency of automated storage and retrieval systems. This contract is crucial for ensuring the reliability and functionality of essential logistics equipment within military operations. Interested parties must submit their quotes by March 4, 2025, and direct any inquiries to Morgan Costanzo at morgan.costanzo@dla.mil or Christopher L. Robinson at christopher.robinson@dla.mil.
    DDAG 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 for Modula Vertical Lift Modules (VLMs) at DLA Distribution in Albany, Georgia. The procurement aims to ensure the operational availability and reliability of Automated Storage and Retrieval Systems (ASRS) by covering a base year with four optional renewal periods, emphasizing compliance with stringent quality assurance metrics and security protocols. This maintenance service is critical for maintaining the efficiency of logistics operations within the military framework. Interested vendors must submit their quotes by March 10, 2025, and can direct inquiries to Adrienne Hawkins at adrienne.hawkins@dla.mil or Christopher L. Robinson at christopher.robinson@dla.mil.
    Preventive and Corrective Maintenance on Modula Vertical Lifts at DLA Distribution Depot Camp Carrol Korea
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking contractors to provide preventive and corrective maintenance services for Modula Vertical Lift Modules (VLMs) at the DLA Distribution Depot in Camp Carroll, South Korea. The procurement involves a firm-fixed-price contract covering a base year and three option years, with a total potential value of $120,000 if all options are exercised, emphasizing the importance of maintaining operational efficiency for Automated Storage and Retrieval Systems (ASRS) equipment. Interested bidders must demonstrate technical capability and past performance relevant to similar projects, with quotations due by March 25, 2025. For further inquiries, contact Steven Lesh at Steven.Lesh@dla.mil or call 717-770-8453.
    SERVOCYLINDER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of hydraulic servocylinders and auxiliary equipment, classified under NAICS code 336413. This presolicitation aims to ensure compliance with federal regulations, including quality assurance standards and the Buy American Act, while promoting small business participation in the procurement process. The goods are critical for military operations, and the submission deadline for offers is set for March 13, 2025, at 3:00 PM. Interested vendors can contact David Garcia at david.garcia.59@us.af.mil or call 405-739-5501 for further information.
    Module Kit, Resolver (3D)
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is seeking proposals for the acquisition of a Module Kit, Resolver, under the purchase request FD2030-24-01628, specifically from Honeywell International, Inc. This procurement involves a maximum quantity of two units classified as a Foreign Military Sales (FMS) requirement, necessitating adherence to stringent quality assurance standards, including ISO 9001:2000, and compliance with military packaging specifications. Proposals must be submitted by 2:00 PM on March 17, 2025, with delivery required by December 21, 2025; interested parties should contact Rhonda Ehrhardt at rhonda.ehrhardt@us.af.mil or call 405-414-4876 for further details.
    Solicitation for HAFB Lektrievers/ VLM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for maintenance and repair services for Lektriever Carousel and Vertical Lift Modules (VLMs) at Hill Air Force Base in Utah. The procurement aims to secure preventative maintenance, inspection, repair, relocation, and disposal services, ensuring operational efficiency and compliance with safety standards. This contract is particularly significant as it supports the maintenance of critical equipment used in various military operations, with a total budget of $12,500,000 allocated for the project. Interested small businesses are encouraged to submit their proposals electronically through PIEE by the specified deadline, with inquiries directed to Kyle McDermott at kyle.mcdermott.1@us.af.mil or Shelly Bachison at shelly.bachison@us.af.mil.
    Servocyclinder
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is preparing to issue a Request for Proposal (RFP) for the procurement of servocylinders specifically for the F110 system. The RFP is expected to be released on February 14, 2025, with a closing date of March 17, 2025, and it will require the delivery of four units by February 16, 2027, to the designated destination DGRQ00. This procurement is vital for maintaining operational readiness in military applications utilizing the F110 system, and while there are qualification requirements, it is not classified as a critical safety item. Interested parties can reach out to David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further information.
    CYLINDER ASSEMBLY,A
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the acquisition of a Cylinder Assembly Actuator, specifically designed for use in F-16 aircraft landing gear operations. This procurement is critical for maintaining the operational readiness and safety of military aircraft, as the actuator plays a vital role in the landing gear mechanism. Interested contractors must adhere to stringent engineering and packaging standards, including compliance with military specifications and quality assurance protocols, with a submission deadline for quotes set for March 11, 2025. For further inquiries, potential bidders can contact Michelle L. Parker at 385-519-8190 or via email at michelle.parker.2@us.af.mil.