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
    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, which is required quarterly, and unscheduled remedial maintenance to ensure the operational readiness of various equipment, including forklifts and utility vehicles. This contract is critical for maintaining efficient warehouse operations and compliance with federal safety and environmental regulations. Interested small businesses must submit their quotes by April 28, 2025, and can direct inquiries to Kia Milindez at kia.milindez@dla.mil or by phone at (804) 279-4903.

    Files
    Title
    Posted
    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.
    The document is an amendment (0002) to Request for Proposal SP4703-25-Q-0039 from the Defense Logistics Agency's Contracting Services Office in Richmond, Virginia. The amendment, dated April 9, 2025, updates the Statement of Work (SOW) related to MHE at North Island Air Force Base and specifies that quotes are now due by April 28, 2025. Furthermore, it states that all other terms and conditions of the original RFP remain unchanged. The amendment is signed digitally by the contracting officer, Kia Milindez. This communication serves to inform potential bidders of crucial updates pertinent to their proposals while maintaining a focus on regulatory compliance and timeline adherence in federal contracting processes.
    The Defense Logistics Agency's Contracting Services Office in Richmond, Virginia, issued Amendment 0003 to solicitation SP4703-25-Q-0039 concerning preventive maintenance services for four forklifts at North Island AFB. This amendment clarifies uncertainties raised by vendors about the frequency of required maintenance, as conflicting terms on scheduled tasks appeared in various sections of the Statement of Work (SOW) and the solicitation. The response indicates that maintenance intervals should be customized based on equipment usage, historical failure rates, and manufacturer recommendations rather than adhering strictly to pre-set schedules. It emphasizes that while quarterly checks are mandated to prevent work stoppages, factors such as the environment and past performance data should dictate the frequency of service. This ensures effective risk management within operational frameworks. All original terms and conditions remain unchanged, reflecting the ongoing effort of the DLA to ensure clarity and efficiency in contract execution.
    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.
    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.
    The Defense Logistics Agency (DLA) seeks contractor support for the preventative and remedial maintenance of government-owned Material Handling Equipment (MHE) at North Island AFB. The contractor must provide both scheduled and unscheduled maintenance, ensuring the equipment is operational and compliant with manufacturer specifications. Specific requirements include systematic inspections to preempt failures, cleaning MHE after maintenance, and responding swiftly to emergencies. The maintenance frequency is quarterly, with flexibility based on equipment usage. Contractors are responsible for all necessary tools, replacement parts, and for adhering to federal safety and environmental regulations. Additionally, they must maintain a Quality Control Plan, establish a solid communication pathway with government representatives, and ensure proper documentation, including Equipment Work Orders, is submitted promptly. The operational hours for maintenance are Monday to Friday, adhering to federal holidays. The document emphasizes the importance of compliance with safety regulations, environmental laws, and the significance of meeting the terms outlined in the Statement of Work to maintain mission readiness and safety at the installation.
    Lifecycle
    Title
    Type
    MHE North Island
    Currently viewing
    Combined Synopsis/Solicitation
    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.
    DDAG Crane Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified contractors for the maintenance and rental support of a Government-Owned 80 TON Shuttlelift Gantry Crane at DLA Distribution Albany, Georgia. The procurement involves establishing a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) purchase order for preventative and corrective maintenance services, with a contract period spanning from March 1, 2026, to February 28, 2031, including a base year and four option years. This opportunity is a 100% Small Business Set-Aside, with quotes due by December 22, 2025, and interested parties are encouraged to contact Morgan Costanzo at morgan.costanzo@dla.mil for further details.
    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.
    17--CRANE ASSY,MAINTENA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of Crane Assembly Maintenance (NSN 1730010826502). This solicitation is a total small business set-aside and aims to fulfill the need for aerospace craft launching, landing, ground handling, and servicing equipment, which is critical for military operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery to DLA Distribution Red River is set for 147 days after award. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    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.
    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.
    53--Elevator Parts
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking suppliers for an Indefinite Quantity Contract (IQC) or Long-Term Contract (LTC) for various elevator parts specifically designed for Marine Elevators. This procurement involves replacement parts identified by National Stock Numbers (NSNs) listed in the accompanying spreadsheet, with an annual demand value estimated at $5,307,819.19, highlighting the critical nature of these components for military operations. Interested vendors are encouraged to provide information regarding their capabilities, including company size, classification, and pricing structures, and should contact Patrick Laugherty at patrick.laugherty@dla.mil or 614-693-1133 for further details.
    25--HOIST UNIT,HYDRAULI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of four hydraulic hoist units (NSN 2590017242771). This solicitation is a total small business set-aside, aimed at acquiring essential vehicular equipment components that are critical for various military applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 161 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    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, along with 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 operational efficiency and compliance with security standards within the Department of the Navy's network. 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.
    Multiple Drawing Items
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking interested manufacturers for a long-term contract involving five National Stock Numbers (NSNs) related to vehicular components. The procurement aims to identify suppliers capable of producing items such as clutch disks and wheel hubs, which are critical for military vehicle operations. Interested parties must complete a market survey to provide insights into their capabilities, pricing strategies, and compliance with quality requirements, with submissions due by December 18, 2025. For further information, potential respondents can contact Marshall Lynn at marshall.lynn@dla.mil or Norma Brookins at norma.brookins@dla.mil.