Small Equipment Maintenance
ID: SP3300-25-Q-5005Type: 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified small businesses to provide maintenance services for small equipment at DLA Distribution in Bremerton, Washington. The procurement encompasses both scheduled Annual Preventive Maintenance (PM) and unscheduled Remedial Maintenance (RM) for various wood and metalworking machinery, ensuring compliance with manufacturer specifications and operational efficiency. This contract is critical for maintaining the reliability of essential equipment used in logistical functions, with a performance period of three years starting from March 2025, and a total budget of $15,000 allocated over the contract duration. Interested contractors must submit their quotes electronically by March 10, 2025, and can direct inquiries to Tom Semones at thomas.semones@dla.mil or by phone at 717-770-6482.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Logistics Agency (DLA) Distribution Puget Sound in Bremerton, WA, seeks a contractor for maintenance services on its wood and metalworking equipment at both the Bremerton and Bangor sites. The scope includes two service types: scheduled Annual Preventive Maintenance (PM) and unscheduled Remedial Maintenance (RM). The contractor is responsible for all labor, materials, and supervision, maintaining a non-personal services relationship with the government. The PM involves routine checks and cleaning of equipment to ensure it meets manufacturer specifications, with scheduling managed through the Defense Property Accountability System. The RM encompasses diagnostic and repair tasks not scheduled in advance, requiring government approval for costs exceeding $1500. The contractor must provide documentation of work performed for billing and maintenance records. Additionally, it outlines security requirements for contractor personnel accessing government property, necessitating a roster submission and compliance with identification protocols. The document emphasizes a structured approach to maintenance services aimed at ensuring equipment reliability and operational continuity, critical for DLA’s logistical functions. Overall, this Request for Proposal (RFP) serves to maintain essential equipment and establish clear guidelines for contractor engagement and responsibilities within the federal procurement framework.
    The document is an equipment list detailing various tools and machinery located in specific areas, namely Bremerton and Bangor. The list includes identification numbers, descriptions, manufacturing details such as name, year, model number, and serial number for each item. A range of saws, band saws, and other metal and woodworking equipment are included, with notable entries like drill presses and up-cut circular saws. This inventory serves to catalogue the assets for possible evaluation, maintenance, or procurement purposes within the context of federal grants or government RFPs. The precise documentation of equipment aids in understanding available resources and their condition, ensuring compliance with regulations and optimizing operational efficiency. Such inventories are crucial for federal and local agencies to manage public assets effectively.
    This document outlines preventive maintenance (PM) task lists for various types of machinery, including different saw models and equipment such as band saws and drill presses. Each task list specifies recommended annual maintenance activities, including lubrication and inspection protocols tailored to individual equipment needs. The tasks generally involve greasing, oiling, cleaning, and inspecting components like bearings, motors, and filters. The instructions emphasize the importance of notifying the Contracting Officer's Representative (COR) for any part replacements, which are not included in the PM scope. Recommended lubricants and cleaning methods are provided for each machine, ensuring proper functioning and longevity. The document serves as a guideline for equipment maintenance within federal and local government contexts, ensuring compliance with maintenance standards applicable in RFPs and grants. Its structured approach aims to enhance operational efficiency, reduce downtime, and maintain safety across facilities that utilize these machines, reinforcing the government’s commitment to responsible asset management.
    The document outlines Wage Determination No. 2015-5525 issued by the U.S. Department of Labor under the Service Contract Act. This determination specifies minimum wage rates for various occupations within the jurisdiction of Kitsap County, Washington. Specifically, contracts initiated on or after January 30, 2022, require a wage of at least $17.75 per hour under Executive Order 14026, while those awarded before this date but not extending afterward must comply with Executive Order 13658 and pay at least $13.30 per hour. The document lists detailed wage rates and fringe benefits for numerous occupations, including administrative, automotive, health, food service, and maintenance roles. It also emphasizes the required health and welfare benefits, vacation, and paid holidays. Additionally, it lays out requirements for paid sick leave under EO 13706 and offers a conformance process for unlisted classifications. Overall, the purpose of this wage determination is to ensure fair compensation for federal contract workers, promoting compliance with labor laws and providing protection for worker rights on government contracts.
    The document outlines a government Request for Proposal (RFP) focusing on preventative and unscheduled maintenance services for an Integrated Electronic Security System. The contract spans a base year from March 19, 2025, to March 18, 2026, with two additional option years. The pricing structure includes a firm-fixed price for certain tasks and time & materials ceiling prices for labor and replacement parts, with estimations provided for these services. The contractor will only be reimbursed for actual hours worked and costs incurred for replacement parts, ensuring fiscal accountability. A total of $15,000 is budgeted over the three-year period, allocating $5,000 per option year. The document emphasizes adherence to the Performance Work Statement and outlines the responsibilities regarding maintenance and repairs. This RFP highlights the government’s commitment to maintaining its security infrastructure while promoting competitive bidding among contractors in compliance with federal procurement regulations.
    The document SP3300-25-Q-5005 is a Request for Quote (RFQ) issued by the Defense Logistics Agency (DLA) for Small Equipment Maintenance services at DLA Distribution Puget Sound, WA. It is established as a 100% Small Business Set-Aside, with a firm fixed price purchase order expected to be awarded to one contractor. The performance period spans three years, with the base year from March 2025 to March 2026, followed by two option years. Quoters must be registered in the System for Award Management (SAM) and submit their quotes electronically by March 10, 2025. Detailed requirements for quote submission include past performance records, pricing information, and necessary certifications. The evaluation is based on acceptable past performance and pricing, aiming to award the contract to the lowest priced acceptable quote. Key clauses from the Federal Acquisition Regulations and the Defense Federal Acquisition Regulation Supplement are included, emphasizing compliance and ethical standards. All submissions must adhere to strict guidelines regarding documentation and pricing format, reflecting the government's goal for efficiency and transparency in procurement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    4940- SHOP EQUIPMENT,INSTRUMENT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of shop equipment and instruments, specifically under the solicitation number SPE7M425R0003. The contract is set aside exclusively for small businesses and involves the acquisition of 22 kits of specialized equipment, with a delivery schedule of 172 days from the award date. This procurement is critical as it supports maintenance and repair operations, and the government intends to solicit only from approved sources due to the lack of complete technical data. Interested vendors should direct inquiries to Freddie Vazquez at FREDDIE.VAZQUEZ@DLA.MIL, with proposals due by February 24, 2025.
    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.
    Material Handling Equipment Maintenance Services - DLA Disposition Services North Carolina: Ft. Liberty and Camp Lejeune
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified contractors to provide Material Handling Equipment (MHE) Maintenance Services at Fort Liberty and Camp Lejeune in North Carolina. The procurement involves both preventive and corrective maintenance services for various types of MHE, including forklifts and front-end loaders, to ensure operational efficiency and compliance with safety regulations. This contract is critical for maintaining the readiness of military operations, with a total duration of three years, consisting of a 12-month base period and two optional 12-month extensions. Interested parties must submit their quotes by 3:00 PM EST on March 4, 2025, to Brandon Awkerman at brandon.awkerman@dla.mil, and are encouraged to review the attached Performance Work Statement and Price Schedule for detailed requirements.
    Material Handling Equipment Maintenance Services - DLA Disposition Services Warner Robins
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors to provide Material Handling Equipment (MHE) Maintenance Services at Warner Robins, Georgia. The procurement encompasses both preventive and corrective maintenance services for various types of MHE, ensuring operational readiness and compliance with federal standards. This contract is vital for supporting military operations and maintaining the functionality of essential equipment, with a firm-fixed price structure for a base period of one year and two optional years. Interested parties should contact Brandon Awkerman at Brandon.awkerman@dla.mil or James Isola at James.Isola@dla.mil for further details, with a total estimated contract value of $151,516.43 for the base year.
    DDRV Vertical Lift Module Preventative/Corrective Maintenance
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking contractors to provide preventative and corrective maintenance for Modula Vertical Lift Modules (VLMs) at its distribution center in Richmond, Virginia. The procurement involves a hybrid Firm-Fixed-Price and Time and Materials purchase order, covering a base year plus four optional years, with an estimated total value of $74,000. These VLMs are critical for efficient material handling and storage operations within military logistics, ensuring operational readiness and compliance with federal standards. Interested contractors 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.
    Equipment Maintenance and Repair Services
    Buyer not available
    The Department of Defense, specifically the United States Marine Corps (USMC), is seeking qualified contractors to provide equipment maintenance and repair services at Marine Corps Base Camp Pendleton, California, and other locations. The services required include equipment checks, cleaning, refueling, and minor repairs on mobile equipment across six sites, with the contract structured as a Firm-Fixed-Price agreement starting on April 1, 2025, and extending through a base year with four one-year options. This procurement is designated as a Total Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside, emphasizing the importance of supporting veteran-owned enterprises in the defense sector. Interested contractors must register with the System for Award Management (SAM) and monitor SAM.gov for the official solicitation, expected to be posted around February 25, 2025; inquiries can be directed to David Lange at david.lange@usmc.mil or Philip Maaninen at philip.maaninen@usmc.mil.
    Shear Maintenance and Repair
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is soliciting proposals for the maintenance and repair of the AS 500-14 Shear Machine located at the Naval Construction Training Center in Gulfport, Mississippi. The contract entails critical maintenance tasks, including the replacement of cutting blades and a damaged clamp down cylinder, under a Firm Fixed Price Agreement with a service commencement timeline of 45 days post-award. This procurement is vital for ensuring the operational efficiency of military equipment, emphasizing the importance of quality and reliability in the services provided. Interested small businesses, particularly those that are veteran-owned or meet specific socio-economic classifications, should direct inquiries to Dylan Douglas at dylan.l.douglas.civ@us.navy.mil or Robert Edwards at robert.s.edwards42.civ@us.navy.mil, with past performance questionnaires due by December 12, 2024.
    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 maintaining the operational efficiency of automated storage and retrieval systems, which support the logistical needs of the DLA. Interested contractors must submit their proposals by March 4, 2025, with questions due by February 27, 2025. For further information, contact Brian Keckler at brian.keckler@dla.mil or call 717-770-8418. The estimated total contract value is $74,000 over multiple years.
    Up Cut Saws-DLA Hill AFB, UT
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking qualified small businesses to provide three up-cut saws, saw blades, and associated installation and training services for Hill Air Force Base in Utah. The procurement aims to replace outdated machines that do not meet OSHA safety standards, ensuring that the new equipment complies with relevant codes and incorporates robust safety features. This initiative is critical for maintaining operational efficiency and safety within the facility, with the contract structured as a Firm Fixed Price (FFP) purchase order. Interested bidders must submit their quotations by February 21, 2025, and can contact John Sproul at john.sproul@dla.mil or 717-770-7285 for further information.
    Maintenance, Repair, and Preservation of TWR 7 and 8
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking a qualified contractor for the maintenance, repair, and preservation of two Naval vessels, TWR-7 and TWR-8, at the Puget Sound Naval Shipyard in Bremerton, Washington. The project involves a comprehensive scope of work including modernization tasks such as hull cleaning, installation of new components, and thorough inspections, with the expectation that the contractor's facility can accommodate both vessels. This procurement is significant for ensuring the operational readiness and longevity of critical naval assets, with a total small business set-aside under NAICS code 336611. Interested contractors should prepare for a request for proposals anticipated to be posted in January/February 2025, with contract awards expected in April 2025. For further inquiries, interested parties may contact Katherine Lauer at katherine.e.lauer.civ@us.navy.mil or by phone at 360-815-9581.