MHE North Island
ID: SP4703-25-Q-0039Type: 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
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 7:00 PM UTC
Description

The Defense Logistics Agency (DLA) is seeking qualified contractors to provide maintenance and repair services for Government-Owned Material Handling Equipment (MHE) at North Island Air Force Base in California. The procurement encompasses both scheduled preventative maintenance and on-call remedial maintenance, ensuring the operational readiness of various equipment, including forklifts and utility vehicles. This contract is a Total Small Business Set-Aside, structured as a firm-fixed price award with a base period of 12 months and four optional 12-month extensions, with an estimated start date of April 24, 2024. Interested parties must submit their quotes by April 26, 2025, and direct inquiries to Kia Milindez at kia.milindez@dla.mil or by phone at (804) 279-4903.

Files
Title
Posted
Apr 8, 2025, 12:05 PM UTC
The Defense Logistics Agency (DLA) has issued Amendment 0001 to RFP SP4703-25-Q-0039 regarding access to its installations, effective May 7, 2025. This amendment outlines the identification requirements for entry, stating that only Real ID Act-compliant identification will be accepted. Acceptable forms of ID include DOD common access cards, various military ID cards, Real ID-compliant state-issued IDs, U.S. passports, veteran and federal health IDs, among others. First-time visitors or those with expired passes must register for a Real ID at their local Visitor Control Center before accessing the installations. Individuals unable to provide a compliant ID will be denied unescorted access. For more information, links to the Real ID Act are provided. All other terms remain unchanged, ensuring a focus on secure access to DLA and military facilities.
Apr 8, 2025, 12:05 PM UTC
The Defense Logistics Agency (DLA) Installation Management Richmond seeks contractor support for preventive and remedial maintenance of government-owned Material Handling Equipment (MHE) located at North Island, AFB. The Statement of Work (SOW) outlines the need for systematic inspection and maintenance to prevent equipment failures, ensuring the operational readiness of various forklifts, utility vehicles, and related equipment. The contractor is responsible for all labor, tools, and parts while adhering to scheduled preventive maintenance every six months and on-call remedial maintenance as necessary. Specific requirements detail maintenance tasks, reporting procedures, and the use of an automated database (DPAS) for scheduling and documentation. The contractor must ensure compliance with safety and health regulations while maintaining environmental standards. Both preventive and remedial maintenance tasks must be documented accurately for government review. The project emphasizes effective communication between contractor personnel and government representatives and mandates adherence to federal security, inspection, and quality control protocols. Overall, the contract aims to sustain the operational integrity of the MHE at DLA Aviation North Island, promoting efficient warehouse operations through reliable maintenance services.
Apr 8, 2025, 12:05 PM UTC
The document outlines a solicitation for contractor services related to the maintenance and repair of Government-Owned Material Handling Equipment (MHE) at DLA Aviation North Island. The acquisition encompasses both scheduled preventative maintenance, conducted quarterly, and unscheduled remedial maintenance, with a requirement for all maintenance tasks to comply with specified standards. The solicitation is set aside entirely for small businesses, with a firm-fixed price contract structure. Key components include: a base period of 12 months with four optional 12-month extensions, the applicable NAICS code of 811310, and adherence to the Department of Labor Service Contract Act. Contractors must submit complete pricing with their initial offers, and there are strict guidelines on submitting inquiries and bids, mandating electronic communication. Furthermore, the document includes regulatory clauses related to cybersecurity and information safeguarding, emphasizing compliance with NIST requirements. The intent is to award the contract to the lowest-priced technically acceptable offer, thereby ensuring operational efficiency and cost-effectiveness for maintenance tasks associated with a wide range of equipment utilized in warehouse operations.
Lifecycle
Title
Type
MHE North Island
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
CONUS 36k Forklift IDIQ
Buyer not available
The Defense Logistics Agency (DLA) is seeking qualified contractors to provide 36K Diesel Forklifts through an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which includes a base period and two option periods. The procurement aims to support the disposal of excess Department of Defense (DoD) property across the Continental United States (CONUS), requiring forklifts with a lifting capacity of 36,000 lbs, safety features, and an enclosed cab, along with potential familiarization training. Interested contractors must submit their quotes by email to James Isola at james.isola@dla.mil, with a deadline to be determined, and ensure compliance with all applicable regulations and guidelines. The evaluation will be based on a Lowest-Price Technically Acceptable basis, and all submissions must include detailed specifications and pricing as outlined in the attached documents.
CONUS 4k Forklift IDIQ
Buyer not available
The Defense Logistics Agency (DLA) Disposition Services is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to procure 4K forklifts for use across various sites in the Continental United States (CONUS). The procurement includes both diesel and electric forklift models, with specific safety requirements such as an operator's overhead guard, as outlined in the updated Statement of Work (SOW). These forklifts are essential for the DLA's operations in disposing of excess Department of Defense property while ensuring compliance with safety regulations and timely delivery. Interested vendors must submit their quotes by email to James Isola at james.isola@dla.mil by 3:00 PM Eastern Time on April 18, 2025, and are encouraged to review the attached documents for detailed specifications and pricing structures.
DDWG - VLM Maintenance - SP3300-25-Q-0067
Buyer not available
The Defense Logistics Agency (DLA) Distribution is soliciting bids for preventative and corrective maintenance services for Vertical Lift Modules (VLMs) under solicitation SP3300-25-Q-0067. The procurement aims to establish a hybrid firm-fixed-price and time-and-materials purchase order to ensure the operational efficiency of critical automated storage and retrieval systems at the Warner Robins facility in Georgia. This contract includes a base performance period from May 1, 2025, to April 30, 2026, with four additional one-year options extending through April 30, 2030, and emphasizes compliance with federal regulations, including the Service Contract Act Wage Determination. Interested contractors must submit quotes by April 16, 2025, and direct any questions to Michael French at michael.s.french@dla.mil.
Fort Cavazos Material Handling Equipment (MHE) Redeployment
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting bids for a Firm-Fixed-Price contract for Material Handling Equipment (MHE) Redeployment services at Fort Cavazos, Texas. The procurement requires the provision of six 36K forklifts, ten flatbed trucks, one 200-ton crane, and four Light RGNs, all with trained operators, to support the redeployment of military materials from April 21, 2025, to May 15, 2025. This contract is crucial for ensuring efficient logistics and operational readiness for military operations, emphasizing safety compliance and quality control throughout the service period. Interested small businesses must submit their quotes by April 11, 2025, and can direct inquiries to Nelva March at nelva.l.march.civ@army.mil or Darnyell C Parker at darnyell.c.parker.civ@army.mil.
CONUS 6k Forklift IDIQ
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified vendors to provide new 6K forklifts under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement includes various models, such as diesel and propane options, with specific requirements for lifting capacity, hydraulic features, and safety mechanisms, all aimed at enhancing logistics management for surplus military property. The contract will be structured with a Base Period and two Option Periods, with delivery expected within six months of task order issuance, and quotes must be submitted by April 30, 2025, to James Isola at james.isola@dla.mil. Interested parties should ensure compliance with all federal regulations and provide detailed specifications to demonstrate technical acceptability.
MHE SERVICERS - OCONUS
Buyer not available
The Department of Defense, through the Navy Supply Command Fleet Logistics Center Puget Sound (NAVSUP FLCPS), is conducting a sources sought announcement to identify potential vendors for the annual inspection, testing, and certification of Material Handling Equipment (MHE), specifically HYSTER forklifts, for the Military Sealift Command in South Korea. The procurement aims to ensure compliance with safety and operational standards through meticulous inspections and documentation of equipment conditions, as outlined in the accompanying draft Statement of Work (SOW). This opportunity is critical for maintaining the safety and reliability of equipment used in maritime operations. Interested parties must submit their responses, including a tailored capability statement and relevant documentation, to Ashley Rollin at ashley.a.rollin@navy.mil by April 9, 2025, at 08:00 AM Pacific Daylight Time.
Bradley Fighting Vehicle Systems (BFVS) parts
Buyer not available
The Defense Logistics Agency (DLA) is preparing to issue a Request for Proposal for Bradley Fighting Vehicle Systems (BFVS) parts, with the solicitation expected to be released on April 5, 2025. This procurement is designated as a 100% Small Business Set Aside and will encompass various National Stock Numbers (NSNs) related to vehicular brake, steering, axle, wheel, and track components, with specific requirements for packaging, inspection, and acceptance. The contract will be structured as an indefinite quantity contract with one base year and four optional years, totaling a maximum duration of five years, and will include critical military components that adhere to stringent DLA standards, including First Article Testing and compliance with export control regulations. Interested parties can access the solicitation on the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil, and should direct inquiries to Patrick Laugherty at patrick.laugherty@dla.mil or by phone at 614-406-1966.
West Region Sites Scale Calibration Repair & Maintenance
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified small businesses to provide Scale Calibration Repair and Maintenance services for its West Region sites, including locations in California, Washington, and Arizona. The procurement involves a Firm Fixed-Price contract for annual preventive and corrective maintenance of various industrial scales used to weigh military-related materials, ensuring compliance with OEM and NIST standards. This contract is crucial for maintaining operational efficiency and reliability in military logistics operations, with a total contract duration of three years, comprising one base period and two optional periods. Interested vendors must submit their quotes by 1:00 PM EST on April 17, 2025, to June Lee at june.lee@dla.mil, and are encouraged to address any questions by April 10, 2025.
7 NSNs: Arm and Hib Assy, Hub Cap Wheel, Idler Assy, Support Assy, Plate Retaining Shaft, Arm Assy Pivot Track
Buyer not available
The Defense Logistics Agency (DLA) Land and Maritime is preparing to solicit for a contract involving the procurement of seven National Stock Numbers (NSNs) related to various mechanical assemblies, including arm and hub assemblies, hub cap wheels, and support assemblies. This contract aims to ensure stock replenishment for military depots, with specific delivery timelines ranging from 100 to 290 days, and all items will be procured under fixed price, indefinite quantity terms for a total duration of up to five years. Interested suppliers should note that the solicitation will be available on the DLA Internet Bid Board System (DIBBS) around April 9, 2025, and proposals must be submitted electronically, with contact points for inquiries being Kristina Wolf at Kristina.Wolf@dla.mil and Suzanne Maginn at Suzanne.Maginn@dla.mil.
Electric Reach Truck
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking suppliers capable of providing an electric reach truck and battery charger for the LGRML warehouse at Joint Base McGuire-Dix-Lakehurst, New Jersey. The procurement aims to enhance Material Handling Equipment (MHE) capabilities, enabling efficient management of a warehouse containing over 12,000 line items valued at more than $150 million, which supports various operational needs for the U.S. Navy. The electric reach truck must meet specific requirements, including a minimum lift capacity of 3,500 lbs., a lift height of at least 190 inches, and a narrow design for maneuverability in tight spaces. Interested vendors are encouraged to respond by April 11, 2025, with their capabilities and relevant business details, noting that funding is not currently available for this procurement and that the government may cancel the solicitation without obligation for reimbursement. For inquiries, contact Noah Whiting at noah.whiting.1@us.af.mil or Lizbette Zalybniuk at Lizbette.Zalybniuk.1@us.af.mil.