DLA Disposition Services Guam - Material Handling Equipment (MHE) Maintenance Services
ID: SP4510-25-Q-1003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISPOSITION SERVICES - EBSBATTLE CREEK, MI, 49037-3092, 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 Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors to provide Material Handling Equipment (MHE) maintenance services in Guam. The procurement encompasses both preventative and corrective maintenance for various types of MHE, including forklifts and utility vehicles, under a Firm-Fixed Price, Time and Material Indefinite Delivery Indefinite Quantity (IDIQ) contract structure, with a total duration of up to three years. This maintenance is critical for ensuring operational efficiency and safety in military logistics, reflecting the importance of reliable equipment management in support of defense operations. Interested vendors must submit their quotes by July 9, 2025, with questions due by June 6, 2025, and can contact Brandon Awkerman at brandon.awkerman@dla.mil for further information.

    Point(s) of Contact
    Brandon Awkerman
    Brandon.awkerman@dla.mil
    Files
    Title
    Posted
    The document provides a comprehensive listing of Material Handling Equipment (MHE) assets managed by the Defense Logistics Agency (DLA) in Guam. It enumerates various types of forklifts, including models from Toyota, Hyster, and Mitsubishi, alongside other equipment like a Volvo front-end loader, a scrap shredder, and a warehouse sweeper. Notably, the asset numbers are included for reference, listing a total of 14 different pieces of equipment. The purpose of this document likely aligns with facilitating federal procurement processes, aiding in inventory management, and ensuring compliance with government contracting guidelines. By detailing available MHE resources, it serves as a crucial tool for agencies seeking to acquire or manage such equipment effectively, underscoring operational readiness within government logistics frameworks.
    The document outlines a comprehensive list of Material Handling Equipment (MHE) specified for procurement in Guam. It includes various types of forklifts, a front-end loader, an extreme rough terrain forklift, a utility vehicle, a scrap shredder, and a warehouse sweeper, detailing their respective manufacturers, model numbers, years of manufacture, and serial numbers. Key items listed include a 12,000-pound Toyota forklift, a 25,000-pound Hyster forklift, several Mitsubishi forklifts with capacities up to 5,000 pounds, and a newer Doosan forklift scheduled for 2024. Each piece of equipment is essential for operational efficiency in warehouses and construction environments, reflecting the operational demands in Guam. The document plays a crucial role in the context of federal grants and state/local RFPs by clearly specifying the equipment needs, potentially guiding suppliers and contractors in aligning their proposals with the government's requirements. This buying plan not only supports operational functions but also ensures that the equipment being procured meets safety and performance standards necessary for effective material handling.
    The document provides a Q&A overview related to a government requirement for Material Handling Equipment (MHE) maintenance services, specifically for the DLA Disposition Services in Guam. It confirms that this is a follow-on requirement with Cabras Marine Corporation as the incumbent contractor. Maintenance services are exclusive to Guam, and the incumbent contract is identified with a total value of approximately $381,130.36. Key details include: site visits are prohibited before contract award, and equipment is assured to be in fair/good condition. Access to the site requires a DBIDS badge, while the contractor must supply all necessary parts for maintenance, as no government parts will be provided. Tire replacements are included in the scope, with strict guidelines against the use of Chinese-manufactured tires unless approved. The contractor's responsibility extends to providing all equipment needed for operations, although government-purchased lift equipment may be available under specific conditions. Furthermore, subcontractor experience can be considered for the evaluation of past performance. Overall, this documentation serves to clarify expectations and requirements for bidders responding to the RFP, ensuring a clear understanding of responsibilities and constraints related to the maintenance services contract.
    The Contractor Past Performance Data Sheet is a document utilized by federal agencies to assess and evaluate a contractor's performance on prior contracts. It consists of two main parts: Part I, completed by the contractor/program offeror, and Part II, which is to be filled out by the agency or corporation where the contract was executed. In Part I, contractors must provide contract details such as the number, point of contact, work description, dollar value, subcontractor information, and any performance issues encountered. Part II requires the respondent to evaluate the contractor's performance concerning quality, management, schedule compliance, small business utilization, and adherence to regulatory requirements, providing a rating and narrative for each aspect. The overall performance rating reflects the contractor's capability, influencing future award decisions. The document systematically breaks down the past performance evaluation process essential for government RFPs and grants. This assessment directly impacts contractor selection, emphasizing the importance of historical performance in acquiring federal contracts.
    The document outlines the price schedule for maintenance services related to Material Handling Equipment (MHE) in Guam, specifically focusing on forklifts and utility task vehicles. It details preventive maintenance, annual load testing, lug nut torquing, and repair labor across three contract periods: a base year and two option years, each lasting 12 months. The pricing is structured by Contract Line Item Numbers (CLINs) for various equipment categories, specifying the type of maintenance required, units of issue, quantities, and related costs. For instance, tasks include preventive maintenance on different forklift capacities and utility vehicles, load tests, and repair services, including parts and labor costs. The total projected costs are calculated for each contract year, and repair/replacement parts are estimated at $52,000 per year. This procurement-sensitive document serves to solicit bids from vendors for the required maintenance services, ensuring adherence to operational safety and efficiency in equipment management within military or governmental operations in Guam. Its detailed breakdown allows for transparent pricing and comparison among potential contractors as part of the broader federal procurement process.
    The Performance Work Statement (PWS) outlines maintenance services for Material Handling Equipment (MHE) at the Defense Logistics Agency (DLA) Disposition Services in Guam. It defines the requirement for preventive maintenance (PM) and corrective maintenance (CM) to ensure the equipment remains operational, with a total contract duration of up to three years under a Firm-Fixed Price structure. The contractor must perform quarterly PM services, respond to CM requests within specified timelines, and ensure compliance with safety and quality standards established by the government. The document details the responsibilities of both the contractor and the government regarding equipment provision, safety protocols, spill responsibilities, and reporting procedures. The contractor is accountable for all equipment, including providing necessary personnel and materials for maintenance services while adhering to the standards set by the Original Equipment Manufacturer (OEM) and applicable regulations. Quality assurance will be monitored through set performance metrics. Overall, this PWS emphasizes the critical nature of MHE maintenance for DLA’s operations and establishes a structured framework for service delivery while adhering to federal standards.
    The Quality Assurance Surveillance Plan (QASP) for the Defense Logistics Agency (DLA) Disposition Services in Guam outlines the framework to ensure contractor performance meets established Acceptable Performance Levels (APLs) in Material Handling Equipment (MHE) Maintenance contracts. It details the expected standards for various deliverables, including timely sign-ins, preventive maintenance, and corrective maintenance, with specific timeframes and performance metrics. The QASP emphasizes the role of the Contracting Officer’s Representative (COR) in monitoring compliance and reporting failures to the Contracting Officer (KO). Any failure to meet APLs may lead to payment reductions and potential contract terminations. Moreover, the plan mandates monitoring vendor compliance with Combating Trafficking in Persons regulations, ensuring adherence to federal guidelines. This document serves to guarantee high-quality service through systematic surveillance and accountability measures, reflecting the government's commitment to maintaining operational efficacy in logistics and maintenance functions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Army DFAC Large Equipment Preventative Maintenance and Repair Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified vendors to provide preventative maintenance and repair services for large dining facility equipment at installations on Oahu and the Big Island, Hawaii. The services required include maintenance for dishwashers, garbage disposals, heat boosters, walk-in refrigerators, and freezers, with the goal of ensuring operational efficiency and compliance with safety standards. This opportunity is part of a market research effort to inform the development of a firm-fixed-price contract, anticipated to commence on June 1, 2026, with a base year and four option years. Interested vendors must submit their capability statements, including company information and intent to quote, to Ms. Melena Faxon by January 20, 2026, at 12 PM Hawaii Standard Time.
    Material Handling Vehicle Maintenance Services DFAS-IN
    Dept Of Defense
    The Defense Finance and Accounting Service (DFAS) is seeking sources for Material Handling Vehicle Maintenance Services at its Indianapolis facility. The procurement involves providing scheduled preventative maintenance and unscheduled repairs for approximately 16 electric vehicles, including pallet jacks, forklifts, and EZ-GO carts, with a focus on contractors who have verifiable experience with the Department of Defense. The selected contractor will be required to adhere to safety regulations, maintain detailed records, and ensure timely responses for maintenance needs, with a contract structure comprising a one-year base period and four one-year option periods. Interested parties must submit a Contractor Capability Survey, estimated pricing, and a capability statement by January 14, 2026, at 12 PM EST to the designated contacts, Veronica C. Hay and Christina Rosen, via email.
    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.
    Purchase of 6 MFDs and supplies for Diego Garcia
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking quotations for the procurement of six One-Net Multifunctional Devices (MFDs), along with toner and associated supplies, to be delivered to Diego Garcia via Japan. The devices must meet specific technical requirements, including TAA compliance, support for various operating systems, and a minimum print speed of 55 pages per minute, among other specifications outlined in the Statement of Work. This procurement is critical for enhancing operational capabilities within the U.S. Navy's network, ensuring efficient document handling and processing. Interested contractors must submit their proposals by January 19, 2025, at 01:00 PM Eastern, via email to Emily Myers at emily.myers@dla.mil, and are encouraged to review the detailed requirements and evaluation criteria provided in the solicitation documents.
    GSA Fleet Lease Vehicle Auction & Marshalling Services Guam
    General Services Administration
    The General Services Administration (GSA) is seeking contractor support for vehicle auction and marshalling services in Guam, with a contract period from April 1, 2026, to March 30, 2027. The procurement aims to modernize GSA Fleet's vehicle sales model, enhance public participation, and leverage vendor expertise, particularly in managing electric vehicles and associated infrastructure. This opportunity encompasses a wide range of tasks, including vehicle inspections, marketing, electronic inventory management, and customer service, with a focus on maximizing proceeds from vehicle sales. Interested parties must submit their responses to the Request for Information (RFI) by January 26, 2026, and direct any inquiries to Jeff Whelpley at jeffrey.whelpley@gsa.gov.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Dept Of Defense
    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, including installation, maintenance, training, and network security services, for a period of up to 60 months at a flat rate. These devices are crucial for ensuring efficient operations within the Department of the Navy, adhering to strict compliance and security standards. Interested companies must submit a capabilities package by December 22, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.
    49--LIFT,MOTOR VEHICLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of motor vehicle lifts, specifically NSN 4910016946886. The solicitation includes two line items, with a total quantity of three units to be delivered to the Maryland Army National Guard within 20 days after order. These lifts are critical for maintenance and repair operations, ensuring the operational readiness of military vehicles. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil.
    DDAG Ice Machine Preventative and Corrective Maintenance
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified small businesses to provide preventative and corrective maintenance services for ice machines at DLA Distribution Albany Robins, Georgia (DDAG). The procurement involves establishing a hybrid firm-fixed-price (FFP) and time and materials (T&M) purchase order, covering a base year from February 1, 2026, to January 31, 2027, with two additional option years extending to January 31, 2029. This maintenance is crucial for ensuring the operational efficiency of ice machines, which are essential for various logistical and operational needs within the facility. Interested vendors must submit their quotes by January 15, 2026, at 1730 EST, and can contact Samuel Tustin at samuel.tustin@dla.mil for further information. The total estimated contract value for the three-year period is $24,000.
    35K Forklift Rental
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Firm Fixed Price contract to rent two outdoor 35K diesel forklifts for use at Fort Riley, Kansas. The contractor will be responsible for delivering, maintaining, and picking up the forklifts, as well as providing operator training for up to ten personnel, with the contract period running from February 5, 2026, to February 4, 2027. This procurement is crucial for supporting deployment and area operations for the 1st Infantry Division, as the organic equipment is currently unavailable. Interested vendors must submit their quotes by 10:00 AM CST on January 16, 2026, and can direct inquiries to Phyllis M. Senn at phyllis.m.senn.civ@army.mil or Sheila Banks at sheila.a.banks.civ@army.mil.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.