Material Handling Equipment Repair and Parts
ID: W912GY25Q0015Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK SIAD CONTR OFFHERLONG, CA, 96113-5000, 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 Department of Defense, specifically the Sierra Army Depot, is soliciting proposals for Material Handling Equipment (MHE) diagnostics, repairs, and repair parts, with a focus on small business participation. The contract will cover a base year and two option years, structured as a Time and Materials (T&M) agreement, and aims to ensure the operational readiness of approximately 290 MHE units through comprehensive maintenance and repair services. Interested contractors must submit their proposals by August 25, 2025, and are required to include a signed SF 1449, a completed Yearly Pricing Schedule, and a Property Management Plan. For further inquiries, potential offerors can contact Paige Giordimaina or Courtney Serra via email.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Contractor Information Sheet for a federal government Request for Proposal (RFP) identified as W912GY25Q0015. It outlines the essential information required from contractors submitting an offer, including their registered business name, address, CAGE, UEI, TIN, and quote validity date. The document also specifies that offers must include a completed Contractor Information Sheet, a Yearly Pricing Schedule, and a Property Management Plan. Submissions and questions are to be directed via email to paige.v.giordimaina.civ@army.mil and courtney.l.serra.civ@army.mil. This sheet serves as a crucial component for contractors to ensure compliance with submission requirements for the RFP.
    The document outlines a pricing schedule for Material Handling Equipment Diagnostic and Repair Services, likely part of a federal government Request for Proposal (RFP) or contract. It details labor costs for site visits (regular and non-business hours), hourly rates, and diagnostic testing fees for various systems (electrical, software, fuel management, mechanical, hydraulic, and emissions) for a base year and two option years. Material costs (parts) are subject to negotiation. Key instructions include filling in a Unique Entity Identifier (UEI) and definitions for site visits, hourly rates, and diagnostic testing. Important notes cover shipping reimbursement (at cost, but cautioning against express delivery to Sierra Army Depot due to potential delays), the need for negotiation and approval by the Contracting Officer for services/items not explicitly listed, and the exclusion of mileage reimbursement. The unpredictable nature of these services is acknowledged, emphasizing the need for flexibility and negotiation for unlisted items.
    The provided government file outlines the requirements for a Property Management Plan (PMP) that offerors must submit with their quotes for solicitations. The PMP serves as a strategic overview of how the contractor intends to manage Government Property. Key review points for the PMP include a description of the contractor's Property Management System (PMS), its purpose, scope (including company, subcontractor, and customer assets), and how it addresses the ten outcomes of Government Property management (acquisition, receipt, records, physical inventory, subcontractor control, reports, relief of stewardship, utilization, maintenance, and closeout). Additionally, the PMP must specify any standards used, address unique identification (IUID) requirements, and detail Government Property reporting procedures, including intervals, format, and delivery methods. The contractor is responsible for all costs associated with making the property available for use, such as transportation, installation, or rehabilitation.
    The provided government file outlines comprehensive procedures and requirements for contractors engaging with the Army Contracting Command – Sierra Army Depot (SIAD), covering electronic bid submissions, security protocols, and general contract administration. It details acceptable electronic formats (Microsoft Office, PDF, HTML) and mandates specific email subject lines and attachment restrictions. The document emphasizes timely submissions, security measures like password protection (with advance notice), and the required electronic inclusion of signed cover sheets and applicable provisions. It also addresses the treatment of unreadable or virus-infected submissions and the electronic distribution of awards, including the potential release of unit prices under FOIA. Additionally, it specifies heightened Force Protection Condition (FPCON) impacts on services, outlines Random Antiterrorism Measures Program (RAMP) participation, and details access, general protection, and security policies, including Common Access Card (CAC) requirements and background checks. Delivery hours, badge issuance, vehicle regulations, and prohibited items on the depot are clearly stated. Insurance requirements, protest procedures, and contractor responsibility criteria for award are also covered. Finally, it addresses the transition to the Army Contract Writing System (ACWS), advising contractors on potential formatting changes and the government's commitment to correcting system-generated errors.
    The provided documents are Contract Data Requirement Lists (DD Form 1423, Feb 2001) from the Department of Defense, specifically for the Sierra Army Depot – Motor Pool. These forms outline the data deliverables required from a contractor under a federal contract. They detail three key data items: a Diagnostic Report (A001), a Quote for Repairs (A002), and a Weekly In-Process Report (A003). Each item specifies the title, authority (Contractor Format), contract reference (PWS paragraphs 5.1, 5.2.1, and 5.3 respectively), requiring office, frequency of submission (After completion of diagnostic service, As Needed, and Weekly), and distribution to the COR. Remarks provide specific deadlines, such as acknowledging a diagnostic request within 24 hours and performing the service within 4 business days for the Diagnostic Report, submitting a written estimate for repairs within 4 business days, and submitting the weekly report by 1000 hours each Monday. All listed data items are designated as "Not Separately Priced (NSP)" and are categorized under "OTHER." The purpose of these forms is to establish clear expectations and requirements for data submission by the contractor, ensuring proper project oversight and accountability.
    This government file is a wage determination document (No. 2015-5679, Revision No. 28, dated 07/08/2025) issued by the U.S. Department of Labor for Service Contract Act-covered contracts in Lassen County, California. It outlines minimum wage rates based on Executive Orders 14026 ($17.75/hour for contracts after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022, not renewed). The document details specific hourly wage rates for over 200 occupations across various fields, including administrative, automotive, healthcare, and technical roles. It also specifies required fringe benefits: Health & Welfare ($5.55/hour or $5.09/hour under EO 13706), vacation (2-4 weeks based on service), and eleven paid holidays. Additional provisions cover night/Sunday pay for air traffic controllers/weather observers, hazardous pay differentials (4% or 8%), and uniform allowances. It also describes the conformance process for unlisted occupations, requiring contractors to propose classifications and rates for approval by the Wage and Hour Division.
    The document,
    This Performance Work Statement (PWS) outlines a non-personal service contract for Material Handling Equipment (MHE) diagnostics, repairs, and parts at Sierra Army Depot. The contractor will provide all necessary personnel, equipment, and supplies to address MHE issues beyond the government's in-house capabilities, including electrical, software, and mechanical diagnostics, repairs, and part procurement. The contract has a 12-month base period and two 12-month option periods. The contractor must be factory-certified, capable of operating equipment, and weld certified. Work will be performed at Sierra Army Depot, with a Time & Materials contract type. Key requirements include adherence to environmental regulations, timely response to service requests, and provision of warranties for repairs and parts. The contractor is responsible for all necessary equipment, materials, and travel, with specific reporting requirements for diagnostic services, repair quotes, and weekly progress.
    The document outlines requirements for potential contractors responding to a federal Request for Proposal (RFP), specifically W912GY25Q0015. It emphasizes the necessity to complete and submit the Contractor Information Sheet, Yearly Pricing Schedule, and a Property Management Plan alongside their offers. Contractors must provide their business details, including legal names, addresses, and identification numbers such as CAGE, UEI, and TIN. The specified email addresses for submitting offers and addressing inquiries are provided to facilitate communication with the contracting officer. This document is a crucial component of the RFP process, aiming to streamline contractor submissions and ensure compliance with federal contracting regulations.
    The document outlines a pricing schedule for a contract related to diagnostic and repair services at the Sierra Army Depot, specifically addressing labor, site visits, diagnostic testing, and materials across three years. Each pricing schedule—base year and two option years—details costs for site visits during business and non-business hours, hourly labor rates, and costs for various system diagnostics, including electrical, software, fuel management, mechanical, hydraulic, and emissions systems. The document emphasizes that all materials will be negotiated prior to proceeding and clarifies that the government will only pay for actual hours worked. It notes the unpredictability of material handling equipment services and asserts that any additional necessary services outside the established pricing must be negotiated. Shipping costs are reimbursed at actual rates, but mileage reimbursement is excluded. The focus of the document is to provide a structured framework for pricing services and ensuring clarity in contractor expectations while complying with government procurement processes.
    The solicitation requires bidders to submit a comprehensive Property Management Plan (PMP) alongside their quotes, focusing on effectively managing Government property. The PMP's evaluation will be conducted by the contracting organization’s Property Management specialist to ensure compliance with specified criteria. Key points for review include the contractor’s Property Management System (PMS) description, its purpose in adherence to relevant laws, the scope encompassing various assets, and compliance with the ten identified outcomes of Government property management. Additionally, contractors must explain how they will address any Item Unique Identification (IUID) requirements and fulfill Government property reporting obligations, which encompass formats, intervals, and delivery methods. The document emphasizes that contractors are responsible for costs associated with property readiness, ensuring a strategic approach to property stewardship and management that aligns with federal standards and practices. Overall, the PMP is vital for accountability and effective oversight of Government property under the contractor's control.
    The document outlines the solicitation procedures and contract requirements for the Army Contracting Command - Sierra Army Depot (SIAD). It mandates electronic submission for bids and proposals via platforms like SAM.gov and specifies acceptable file formats, including Microsoft Office and PDF, while prohibiting others to minimize security risks. Contractors must ensure timely submissions by adhering to local deadlines and must provide a signed SF 33 or equivalent cover sheet with their proposals. Additional provisions include the management of security and access for contractor personnel, including background checks and identification requirements based on Force Protection Conditions (FPCONs). Insurances required for contractors, including worker’s compensation and general liability, are detailed, emphasizing coverage limits. The document further explains that contracts will be awarded based on price and other evaluation criteria, requiring contractors to engage with the government for any clarifications or adjustments during the proposal process. Overall, the file serves to inform potential contractors of the requirements, protocols, and necessary compliance standards to ensure successful bidding and performance within government contracts. It highlights crucial aspects of electronic contracting, access control, and contractor responsibilities, aligning with federal procurement practices.
    The DD Form 1423, a Contract Data Requirement List, outlines the data submission requirements for a contract related to diagnostic services at the Sierra Army Depot's Motor Pool. It includes three key data items: a Diagnostic Report (Data Item A001), a Quote for Repairs (Data Item A002), and a Weekly In-Process Report (Data Item A003). Each item specifies the title, authority, requiring office, submission frequency, remarks, and total copies required. For the Diagnostic Report, the contractor must acknowledge requests within 24 hours and complete diagnostics within four business days. The Quote for Repairs requires a written estimate within four days, while the Weekly Report must detail work performed in the prior week, submitted by 10:00 hours each Monday. All items lack a separately priced budget, indicating integration with broader service costs. The document serves to enhance contractor communication and accountability, ensuring timely reporting and adherence to contract stipulations, fundamental to federal contracting processes.
    This document is a Wage Determination from the U.S. Department of Labor under the Service Contract Act. It outlines minimum wage rates and fringe benefits applicable to federal contractors in Lassen County, California, effective through 2025. Contractors are required to comply with varying wage rates depending on contract start dates and renewals, with Executive Order 14026 setting a minimum of $17.75 per hour for contracts from January 30, 2022, onwards, while contracts between January 1, 2015, and January 29, 2022, are subject to Executive Order 13658, mandating a minimum of $13.30 per hour. The document details specific wage rates for various occupations, including administrative, automotive, healthcare, and technical roles, along with additional benefits such as paid sick leave, paid vacation, and health welfare contributions. It also stipulates the procedures for including unlisted job classifications under the wage determination. Key benefits include health and welfare payment standards and vacation entitlements based on length of service. Overall, the Wage Determination serves to ensure fair compensation and benefits for employees working on government contracts, promoting adherence to labor standards across the contracting workforce.
    The document is a comprehensive listing of material handling equipment intended for government acquisition, as part of federal and local RFPs. It includes detailed specifications such as asset IDs, DOD serial numbers, descriptions, manufacturer names, and manufacture years for various types of forklifts and lift trucks from manufacturers like Hyster, Doosan, and Toyota. The equipment spans various capacities, ranging from small electric forklifts to larger diesel and rough-terrain models. The primary purpose of this document is to catalog the available material handling equipment for potential bids or grants, emphasizing compliance with federal and state procurement processes. By consolidating this information, the document facilitates informed decision-making for agencies looking to procure equipment that meets operational needs under government standards. As a vital resource, it underscores the government’s commitment to ensuring efficient material handling capabilities across public sectors.
    The Performance Work Statement (PWS) outlines a non-personal service contract for the provision of diagnostics, repairs, and repair parts for Material Handling Equipment (MHE) at the Sierra Army Depot. The contractor is expected to furnish all necessary personnel, tools, and materials to perform specific services when government capabilities are insufficient. Key objectives include diagnostic testing, software resets, repairs, and provision of parts for MHE equipment. The contract spans one base year with two optional extensions, incorporating strict quality assurances and performance evaluations. The contractor must adhere to defined operational hours and be responsible for a robust workforce that can accommodate service demands effectively. Security measures, including personnel vetting and compliance with environmental regulations, are mandated. Additionally, the contractor must manage waste responsibly and address environmental compliance as per applicable laws and regulations while maintaining a quality assurance surveillance plan. Regular performance reports on contract fulfillment and repair warranties are also stipulated to ensure quality and adherence to safety standards. This document exemplifies the protocols and expectations set forth by the government in procurement processes for essential services, reflecting regulatory accountability and operational efficiency.
    The Performance Work Statement (PWS) outlines a non-personal service contract for providing diagnostic, repair, and repair parts for Material Handling Equipment (MHE) at the Sierra Army Depot in California. The contractor will assist the Motor Pool when the necessary expertise or parts are unavailable. Services include diagnostics, electrical and mechanical repairs, software resets, and supplying MHE repair parts upon request from the government. Performance is defined for a base year plus two optional years, with quality assurance measures to ensure compliance with performance standards. The contractor must be factory certified and respond to requests within specific timeframes, including diagnostics within 24 hours and repair quotes within four business days. Weekly status reports on equipment serviced are required, along with a warranty on repairs for at least 90 days. The contractor is responsible for all required materials, labor, and equipment, and is expected to comply with environmental regulations. This document serves as a comprehensive guideline for the contract, establishing expectations and responsibilities for effective service delivery.
    This document, likely part of a government Request for Proposal (RFP) or a similar procurement inquiry, addresses questions regarding the maintenance and repair of Material Handling Equipment (MHE) Units. It reveals that 290 MHE units underwent repairs last year and that all units on the Equipment attachment list receive preventative maintenance semi-annually and annually, with services spread throughout the year. The document also states that a site visit to the Army Depot for equipment inspection is not being offered at this time.
    The document is a federal Request for Proposal (RFP) W912GY25Q0015, issued by the Sierra Army Depot, for Materials Handling Equipment (MHE) repair services. The solicitation, dated August 4, 2025, with offers due by August 25, 2025, at 12:00 PM, is a total small business set-aside. It seeks proposals for diagnostics, repairs, and repair parts for MHE, with a base year and two option years, structured as a Time and Materials (T&M) contract. Key attachments include a Property Management Plan, Yearly Pricing Schedule, and Performance Work Statement (PWS). The evaluation criteria prioritize Price and Past Performance equally, with the government intending to award without discussions. Offerors must submit a signed SF 1449, a completed price schedule for all CLINS (Contract Line Items), and a Property Management Plan. Pricing for labor will be evaluated for award purposes, while material costs will be negotiated. The contract also mandates specific data deliverables, including diagnostic and weekly status reports.
    Similar Opportunities
    DDSP Material Handling Equipment (MHE) Batteries
    Dept Of Defense
    The Defense Logistics Agency (DLA) Distribution is seeking proposals from qualified small businesses for the procurement of Material Handling Equipment (MHE) Batteries under solicitation SP3300-26-Q-0011. The contract requires the supply of new, factory-installed batteries with specific features, including single-point water systems and low water monitor warning lights, each backed by a 5-year warranty. These batteries are critical for the operation of various material handling equipment used at DLA Distribution Susquehanna in New Cumberland, Pennsylvania. Interested vendors must submit their quotes electronically by December 16, 2025, at 1:00 PM EST, and can direct inquiries to Brian Keckler at brian.keckler@dla.mil or by phone at 614-693-7800.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    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.
    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.
    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.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    70--MEMORY UNIT,DATA ST, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of memory units under the contract titled "70--MEMORY UNIT, DATA ST, IN REPAIR/MODIFICATION OF." Contractors are required to submit quotes that include firm-fixed price or time-and-materials pricing, along with estimated costs for the repair of the specified items. This procurement is critical for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors should direct inquiries to Michael J. Brown at 215-697-3765 or via email at MICHAEL.J.BROWN1069.CIV@US.NAVY.MIL, with proposals expected to reference the required repair turnaround time and any capacity constraints.
    Mechanical Housing
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking proposals for the procurement of Mechanical Housing, specifically part number 12253544, under a total small business set-aside. The requirement includes a quantity of 71 units with an option for an additional 100%, and the items will be delivered to a destination within the United States. This component is critical for military vehicles such as the M548, M730, M113A1, and M113A3, emphasizing the importance of quality and compliance with stringent military specifications. Interested small businesses must submit their offers by approximately December 26, 2025, and are encouraged to register for participation in a potential reverse auction, with further details available from the primary contact, Michelle Stojkovski, at michelle.stojkovski@dla.mil or by phone at 586-467-1186.
    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.
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.