DLA MCAS Cherry Point MHE Maintenance
ID: SP470326Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO RICHMOND DIVISION #1RICHMOND, VA, 23237, 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) is seeking qualified contractors to provide maintenance and repair services for government-owned Material Handling Equipment (MHE) at DLA MCAS Cherry Point, North Carolina. The procurement includes both preventative and remedial maintenance, with a contract structure consisting of a 12-month base period and four additional 12-month option periods. This service is critical for ensuring the operational readiness of MHE, which is essential for various logistical operations. Proposals must be submitted by January 22, 2026, at 12:00 PM EST, and interested parties should contact Benjamin Maxwell at benjamin.maxwell@dla.mil or Allison Douglewicz at allison.douglewicz@dla.mil for further information.

    Point(s) of Contact
    Benjamin Maxwell
    benjamin.maxwell@dla.mil
    Allison Douglewicz, Contracting Officer
    allison.douglewicz@dla.mil
    Files
    Title
    Posted
    The Defense Logistics Agency (DLA) is seeking contractor support for preventative (scheduled) and remedial (unscheduled) maintenance and repair services for government-owned Material Handling Equipment (MHE) at DLA MCAS Cherry Point, NC. The contract involves a 12-month base period and four 12-month option periods. The contractor will be responsible for providing all labor, equipment, tools, materials, replacement parts, and supervision. Key requirements include quarterly preventative maintenance, prompt response to remedial maintenance requests (within 8 hours, 4 hours for mission-critical), and adherence to strict safety, health, and environmental regulations. The contractor must also comply with installation security requirements, including personnel vetting and vehicle inspections. The DLA will utilize the Defense Property Accountability System (DPAS) for scheduling and work order management. Payments are performance-based, with incentives for satisfactory performance and potential withholding for unsatisfactory work.
    This government solicitation outlines requirements for preventive maintenance and remedial maintenance services for equipment, likely for telecommunications or IT equipment, across multiple option periods. Key requirements include firm-fixed pricing for all periods, detailed proposal information from contractors including company capability statements, and adherence to specific cybersecurity standards (NIST SP 800-171) for handling covered contractor information systems. Contractors must provide summary-level scores of their basic, medium, or high NIST SP 800-171 assessments to the Supplier Performance Risk System (SPRS) and grant the government access to conduct assessments if necessary. The document specifies that this is a small business set-aside acquisition, emphasizing compliance with federal acquisition regulations related to safeguarding covered defense information and cyber incident reporting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    RT240 Rough Terrain Container Handler (RTCH) Spare Components
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is seeking proposals for the procurement of spare components for the RT240 Rough Terrain Container Handler (RTCH). This procurement involves 37 distinct items essential for maintaining the operational readiness of the RTCH fleet, which plays a critical role in handling intermodal freight and various loads. The required components encompass a range of parts, including axle assemblies, hydraulic motors, flow control valves, and electrical infrastructure, among others, to ensure the effective functioning of the RTCH. Interested vendors should note that the estimated due date for proposal submissions is February 13, 2026, and they may contact John P. Moses at john.moses@dla.mil or 385-591-0890 for further information.
    SPRRA225R0002 MLRS SPARES
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of MLRS spares under solicitation SPRRA225R0002, with a focus on firm fixed-price supply contracts. This procurement is critical for maintaining the operational readiness of the U.S. Army's missile systems, ensuring that necessary components are available for effective defense operations. The proposal due date has been extended to January 19, 2026, at 5:00 PM, allowing potential offerors additional time to prepare their submissions. Interested parties should contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation and its requirements.
    Vehicles Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract for various vehicle parts, specifically under solicitation number SPE7LX25R0078. The contract aims to provide DLA Direct replenishment coverage in support of military depots, with a base period of three years and two optional one-year extensions, totaling a potential five-year duration. The procurement includes multiple National Stock Numbers (NSNs) for parts kits and components essential for military vehicle maintenance, emphasizing the importance of these supplies for operational readiness. Interested small businesses are encouraged to participate, with a minimum annual small business participation requirement of 3% of the total contract value, and should contact Matthew Stein at Matthew.Stein@dla.mil or (445) 737-2692 for further details. The solicitation will be available online starting December 22, 2025.
    Project CL25171001 - Various Vehicle Parts, Consolidation Memo Notice SPE7LX-26-R-X005
    Dept Of Defense
    The Defense Logistics Agency (DLA) is initiating a presolicitation for the consolidation of various vehicle parts under the contract title "Project CL25171001 - Various Vehicle Parts, Consolidation Memo Notice SPE7LX-26-R-X005." This procurement aims to consolidate contract requirements for several National Stock Numbers (NSNs), including a pressure switch, fluid filter element, cylinder assembly, and air duct hose, as justified under FAR 7.107-2. These components are critical for maintaining operational readiness and functionality of military vehicles. The solicitation is expected to be published on or about January 16, 2026, and will be accessible online at http://www.dibbs.bsm.dla.mil/. Interested parties can reach out to Camerson Siebeneck at camerson.siebeneck@dla.mil or by phone at 614-623-9731 for further inquiries.
    Heavy Equipment Program - Sweeper and Scrubber Equipment SPE8EC25R0003
    Dept Of Defense
    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.
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    Bell Crank
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of "Support, Bell Crank" (NSN 3040-01-325-7874), with a total requirement of 371 units to be delivered within 1040 days. This solicitation is critical for safety and requires compliance with Cybersecurity Maturity Model Certification (CMMC) Level 2 Self-Assessment and Item Unique Identification (IUID). The evaluation of proposals will prioritize Price, Past Performance, Proposed Delivery, and Small Business Participation, with First Article Testing (FAT) mandated unless a waiver is granted. Interested vendors should submit their offers via the DIBBS platform or email to Amber Weaver at amber.weaver@dla.mil, with the solicitation expected to be available online around January 22, 2026.
    AMG Spares in Support of the Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals from qualified small businesses for a Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract to supply spare parts for the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). The procurement encompasses fourteen specific National Stock Numbers (NSNs) for critical components such as Rotary Pump Units and Antenna Positioners, with estimated annual quantities provided for planning purposes. This contract is vital for maintaining operational readiness and support for military systems, with a guaranteed minimum contract value of $25,000 and a maximum value of $13,000,000 over a five-year base period. Interested parties must submit their proposals by January 9, 2026, and can contact Keaneesha A. Canady at keaneesha.a.canady@dla.mil or Kyle White at kyle.white@dla.mil for further information.
    Industrial Carpenter Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for Industrial Carpenter Services to support operations at the Andrew T. McNamara Headquarters Complex. This procurement involves an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for maintenance operations, requiring contractors to provide management, labor, tools, and materials necessary for both construction and service tasks, adhering to industry standards and federal regulations. The contract has a minimum value of $5,000 and a maximum ceiling of $24 million, with a base period from February 28, 2026, to February 27, 2027, and four additional one-year options. Proposals are due by December 8, 2025, and interested parties should contact Angela Mattox at angela.mattox@dla.mil for further information.
    HOUSING, MECHANICAL DRIVE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting bids for the procurement of "Housing, Mechanical Drive" under solicitation number SPRDL1-25-Q-0165. The requirement includes a total quantity of 8 units (4 base units and an option for 4 additional units) of the specified item, identified by NSN 3040-00-570-9701 and part number 7953933, which is critical for mechanical power transmission applications. This procurement is a Firm Fixed Price contract, with strict packaging, inspection, and delivery requirements, including a delivery timeline of 240 days post-award. Interested vendors must submit their offers electronically by February 6, 2026, and can contact Jasteena Gomoll at jasteena.gomoll@dla.mil or (385) 591-0888 for further information.