SP3300-24-Q-0057 ASRS Maintenance DLA Portsmouth
ID: SP3300-24-Q-0057Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISTRIBUTIONNEW CUMBERLAND, PA, 17070-5008, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

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 soliciting quotes for preventive and corrective maintenance services for the Automated Storage and Retrieval System (ASRS) equipment located at DLA Maritime Portsmouth in Kittery, Maine, under Request for Quotation SP3300-24-Q-0057. The procurement aims to ensure operational efficiency through scheduled preventive maintenance and on-call corrective maintenance, with contractors responsible for providing all necessary labor, tools, and materials while adhering to safety and performance standards. This contract will be awarded as a hybrid Firm Fixed Price and Time & Materials purchase order, covering a base year and four option years, with proposals due by July 30, 2024, and a pre-submission question period ending on April 9, 2024. Interested parties should contact Joseph N. Crowley at Joseph.Crowley@dla.mil or Christopher L. Robinson at christopher.robinson@dla.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to solicitation SP3300-24-Q-0057, issued by DLA Distribution Acquisition Operations. The primary purpose is to reopen the solicitation, transitioning it from a 100% small business set-aside to unrestricted, full and open competition, allowing all eligible businesses to apply. The amendment also updates the North American Industry Classification System (NAICS) code to 811310 and mandates that large businesses submit a small business subcontracting plan with their quotes. The deadline for submitting quotes has been set for July 25, 2024, at 1:00 PM Eastern Time. This modification aims to broaden participation in the procurement process, ensuring that a wider range of businesses can compete for the contract while encouraging subcontracting opportunities for small businesses.
    The document pertains to Amendment 0002 of Solicitation SP3300-24-Q-0057, issued by the DLA Distribution Acquisition Operations. The primary purpose of this amendment is to reopen the solicitation for offers, now scheduled to close on August 27, 2024, at 1:00 PM Eastern Standard Time. This reopening aims to revise the technical requirements specified under FAR 52.212-1 (Instructions to Offerors - Commercial Products and Services) and FAR 52.212-2 (Evaluation - Commercial Products and Services). The revisions made to the solicitation are highlighted for clarity in the amended document. Contractors are required to acknowledge the receipt of this amendment to ensure their offers are considered. It is essential for bidders to follow submission guidelines strictly, as failure to do so may lead to the rejection of their offers. The amendment reaffirms the intent to maintain all other terms and conditions of the contract as previously established, signifying a continuity of contract administration despite the recent changes. Overall, this document reflects a procedural adjustment within federal procurement processes, emphasizing compliance and clarity in the solicitation process.
    This document is an amendment to a governmental solicitation, specifically Amendment 0002 for Contract ID SP3300-24-Q-0057. The primary purpose of the amendment is to extend the submission deadline for quotes to July 30, 2024, at 1:00 PM Eastern Time. The amendment outlines the procedures for acknowledging receipt of the amendment or making adjustments to the previously submitted offers, emphasizing that the acknowledgment must be received before the specified deadline to avoid rejection of the offers. The document includes contact information for the point of contact, Joseph Crowley, at DLA Distribution Acquisition Operations in New Cumberland, PA. The amendment preserves all previous terms and conditions of the original solicitation and signifies continuity in the procurement process. This modification highlights the importance of communication and adherence to timelines in government contracting and procurement activities.
    The document outlines the Subcontracting Plan for the RFQ: SP3300-24-Q-0057, following the requirements of FAR 52.219-9. It details the contractor's approach to engaging Small Business Concerns (SBCs) and specifies monetary goals for various socioeconomic categories such as Small Disadvantaged Businesses (SDB), Women-Owned Small Businesses (WOSB), Veteran-Owned Small Businesses (VOSB), and HUBZone Small Businesses (HZSB). Each section addresses how these goals will be achieved, including the methods to determine the proportion of subcontracts allocated to small businesses, identification of potential subcontractors, and administrative responsibilities for overseeing the compliance of the plan. Key elements include assurances of equitable opportunities for small businesses to compete for contracts, reporting requirements, and record-keeping protocols to track progress and compliance with subcontracting goals. The plan emphasizes the contractor's commitment to fair practices and timely payments for subcontractors, aligning with federal objectives to support small business participation in government procurement processes. Maintaining records and providing periodic reports are crucial for evaluating the effectiveness of the subcontracting efforts.
    The document appears to be related to the functionality and accessibility of Adobe Reader, indicating a potential issue with displaying PDF content properly. It suggests upgrading to the latest version of Adobe Reader for enhanced compatibility and provides links for further assistance regarding installation and troubleshooting. The text emphasizes that Windows, Mac, and Linux are all associated with prominent corporations, underscoring the document's technical context. However, without specific content on federal government RFPs, grants, or state and local RFPs, the focus remains primarily on software usability rather than any substantive government-related information. Thus, the document's purpose centers on ensuring users are equipped to view necessary documentation effectively, potentially hinting at the importance of accessibility in federal filings as they relate to grants and requests for proposals.
    The document outlines the Performance Work Statement (PWS) for preventive and corrective maintenance services on Automated Storage and Retrieval System (ASRS) equipment for the Defense Logistics Agency (DLA) Maritime Portsmouth at the Portsmouth Naval Shipyard. The scope includes two types of maintenance: scheduled Preventive Maintenance (PM) and on-call Corrective Maintenance (CM), necessary to ensure operational efficiency of various listed equipment. The Contractor is responsible for providing all necessary labor, tools, materials, and supervision, while maintaining a non-personal service contract relationship with the Government. PM tasks include regular equipment inspections and adherence to maintenance manuals, while CM addresses unscheduled repairs with the requirement of Government approval for major costs. Service performance criteria stipulate PM be completed within five calendar days, and CM response within 12-24 hours of notification. Contractors must utilize compliant materials and document all services rendered. The document also mandates adherence to safety, security, and environmental regulations, outlining the responsibilities of both Contractor personnel and the Government’s Point of Contact. Overall, it serves to ensure efficient maintenance operations, compliance with safety and performance standards, and allows for flexibility in addressing equipment maintenance needs at the facility.
    The Quality Assurance Surveillance Plan (QASP) outlines the framework for overseeing preventive and corrective maintenance services on Automated Storage and Retrieval Systems (ASRS) equipment at the DLA Maritime Portsmouth, located in Kittery, ME. This document delineates the roles and responsibilities of various government personnel involved in ensuring contract performance, including the Contracting Officer (KO), Acquisition Specialist (AS), Contracting Officer's Representative (COR), Technical Point of Contact (TPOC), Quality Assurance Evaluator (QAE), and the Quality Assurance Team (QAT). The plan emphasizes that quality control rests with the Contractor through a Quality Control Plan (QCP), while quality assurance is conducted by government representatives through scheduled and unscheduled surveillance methods to assess compliance with contract requirements. The surveillance process involves a systematic 7-step method, incorporating direct observation, inspection, and analysis of contractor performance. Documentation of both acceptable and non-acceptable performance is mandatory, with corrective action plans required for any nonconformance. The QASP is a living document, subject to regular review and updates, ensuring it remains relevant and effective in monitoring contractor performance and compliance with DLA policies.
    This document outlines the assigned personnel for a federal project related to DLA Distribution's acquisition operations. The key individuals involved include Laura Richards as the Assigned Acquistion Specialist (AS) with contact details provided, as well as Robyn Champion designated as the Contracting Officer's Representative (COR), also with included contact information. The Contracting Officer (KO) and Alternate COR positions remain to be determined (TBD), indicating ongoing organization and assignment processes. This document serves to clarify roles and ensure a streamlined communication pathway within the federal contracting framework, essential for the efficient management of related contracts and grants in accordance with government protocols.
    The document is not accessible for direct content analysis due to technical display issues. However, the main focus appears to be on federal government RFPs, grants, and local RFPs, which may outline procedures for requesting proposals, grant opportunities, and potential projects at various government levels. Generally, such documents are intended to solicit bids from contractors and organizations interested in providing goods or services to federal or state bodies. They typically include funding details, eligibility criteria for applicants, deadlines, and submission requirements. Furthermore, they aim to ensure transparency and equal opportunity in the procurement process while addressing specific needs of government agencies. Overall, the document represents a critical part of government contracting and funding mechanisms, fostering partnerships to achieve public service objectives.
    The document outlines a Request for Proposal (RFP) for maintenance services at DLA Portsmouth, specifically focusing on automation equipment and preventive maintenance contracts. The contract comprises a base year and four option years, totaling $275,000, with the base and each option year priced at $55,000. It highlights the requirement for vendors to provide quotes covering both the base year and option years. The document details various Contract Line Item Numbers (CLINs) associated with different maintenance services, including quarterly and semi-annual preventive maintenance, corrective maintenance, replacement parts, and travel expenses, alongside specified quantities and units. Important instructions include filling out unit price columns for certain CLINs only and rounding all unit prices to two decimal points. The RFP also establishes not-to-exceed amounts for replacement parts and travel, emphasizing compliance with procedural guidelines in the Performance Work Statement (PWS). The overall goal is to ensure that the necessary maintenance is performed promptly and effectively to maintain operational efficiency of the equipment involved.
    The Defense Logistics Agency (DLA) is soliciting quotes for preventive and corrective maintenance services for the Automated Storage and Retrieval System (ASRS) equipment located at DLA Maritime Portsmouth, Kittery, ME. This procurement, designated as SP3300-24-Q-0057, is a combined synopsis and solicitation under the product service code J039, aimed exclusively at small businesses with a size standard of $25 million. Responses are due by April 26, 2024, with questions accepted until April 9, 2024. The government plans to award a hybrid contract comprising firm fixed-price and time and materials arrangements, covering a base year and four optional years. All work must adhere to the Performance Work Statement and regulatory provisions from FAR and DFARS. Registration in the System for Award Management is mandatory for participation. Accurate submissions must demonstrate compliance with specified technical and certification requirements, evaluating past performance and proposed pricing. The contract may be contested through an agency-level protest process, and all quotes are subject to government review for acceptability and cost analysis. This RFP reflects the DLA’s commitment to maintaining operational readiness through careful contractor selection.
    The Defense Logistics Agency (DLA) is soliciting proposals for preventive and corrective maintenance services on Automated Storage and Retrieval Systems (ASRS) at DLA Maritime Portsmouth, Kittery, ME, under Request for Quotation SP3300-24-Q-0057. This solicitation, released on July 15, 2024, mandates a response by April 26, 2024, and includes a window for questions until April 9, 2024. The contract will involve a hybrid Firm Fixed-Price (FFP) and Time & Materials (T&M) format, covering the base year from August 1, 2024, through July 31, 2025, with four optional renewal years. The acquisition will be conducted under NAICS 811310 with a size standard of $12.5 million, focusing on full and open competition. The Performance Work Statement (PWS) lays out specific service expectations, and detailed evaluation criteria prioritize technical capabilities, past performance, and small business participation. Bidders must be registered in the System for Award Management (SAM) and comply with various federal regulations regarding contracting. This initiative indicates DLA’s commitment to maintaining operational equipment efficiency through qualified vendors.
    The Defense Logistics Agency (DLA) has issued a Request for Quote (RFQ) for preventive and corrective maintenance on the Automated Storage and Retrieval System (ASRS) at DLA Maritime Portsmouth in Kittery, ME. The solicitation, SP3300-24-Q-0057, is open for full and open competition under NAICS code 811310, with a size standard of $12.5 million. Proposals are due by April 26, 2024, with a pre-submission question period ending April 9, 2024. The awarded contract will be a hybrid Firm Fixed Price and Time & Materials purchase order, spanning a base year and four option years, commencing September 3, 2024. The contractor must ensure compliance with various federal regulations and provisions throughout the contract duration, including a requirement for a subcontracting plan for large businesses to facilitate small business participation. Quotes must include a detailed technical approach, past performance references, and a financial proposal aligned with the provided performance work statement. The intent is to sustain operational availability of the equipment crucial for DLA’s material management operations.
    The document outlines the personnel security requirements for contractors working at federally-controlled facilities, specifically for the Defense Logistics Agency (DLA). It mandates that contractor employees must undergo a National Agency Check with Local Agency Check and Credit Check (NACLC) or its equivalent before commencing work. Positions are classified into three IT levels, each requiring different background investigations. The document details the responsibility of contractors to ensure employees meet necessary security clearances, and specifies the information required for security investigations, including personal identification and proof of clearance status. It also states that any contractor personnel with access must comply with automated information system security policies. Violations may lead to disciplinary actions and affect the contractor's future performance evaluations. Additionally, the contractor must manage staffing changes by notifying the contracting officer and ensuring outgoing personnel complete the necessary out-processing steps. The document emphasizes that these security requirements do not excuse delays in project delivery or performance. Overall, it establishes rigorous security protocols to better safeguard federally-controlled information systems and facilities from unauthorized access.
    This document outlines the procedures for contractors to acquire and manage Common Access Cards (CACs) under their contract. It details the steps for application, control, turn-in, and reporting of CACs. Contractors must ensure that employees requiring a CAC fill out the DLAH Form 1728, submit it securely, and follow up with account verification via the Trusted Associate Sponsorship System (TASS). CACs must be retrieved from Real-Time Automated Personnel Identification System (RAPIDS) offices, and contractors are responsible for notifying designated representatives of CAC issuance and tracking. In case of a lost or stolen CAC, immediate reporting is required to both the contractor and contracting officials, along with notifying local law enforcement. The contractor is also required to manage CACs at contract completion or when employees leave the contract, ensuring all CACs are returned according to established methods. Monthly reporting on CAC holders and verification of their ongoing need for access is mandatory, and non-compliance can lead to significant contractual penalties. This document emphasizes safeguarding and accountability for government-issued CACs, reflecting stringent security measures consistent with government contracting standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Pump Assembly, Power
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Land Warren is seeking qualified contractors for the procurement of "Pump Assembly, Power" under solicitation number SPRDL1-24-Q-0104. This procurement involves a firm-fixed-price contract for a long-term supply of pump assemblies, with a maximum quantity of 55 units and a minimum order quantity of 3 units per year, sourced from approved manufacturers including Danfoss Power Solutions and Oshkosh Defense. The pump assemblies are critical components for military vehicles, ensuring operational efficiency and reliability. Interested parties must submit their quotations via email to Contract Specialist Drake Martinez at drake.martinez@dla.mil by the extended closing date of September 24, 2024, and adhere to all specified terms and conditions outlined in the solicitation and its amendments.
    CYLINDER HYDRAULIC ASSEMBLY PC-10
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Portsmouth), is seeking quotes for the procurement of a Cylinder Hydraulic Assembly PC-10, specifically designed for military applications. This opportunity is a total small business set-aside, emphasizing the need for qualified small businesses to provide a corrosion-resistant steel hydraulic cylinder assembly, with detailed specifications available upon request. The procurement is critical for maintaining operational capabilities within the Portsmouth Naval Shipyard, and interested vendors must submit their quotations by September 12, 2024, ensuring compliance with various federal regulations and cybersecurity standards. For further inquiries, potential contractors can contact Jannell Moriarty at jannell.moriarty@dla.mil or via phone at 207-438-6395.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    Plates, Adapters, Solenoids and other parts
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Land and Maritime is seeking suppliers for various components, including plates, adapters, solenoids, and other parts, to support military depots. This presolicitation aims to establish a Fixed Price, Indefinite Quantity Contract (IQC) for stock replenishment, covering multiple National Stock Numbers (NSNs) with delivery timelines ranging from 90 to 280 days. The solicitation will be available on July 5, 2024, under solicitation number SPE7LX24R0043, and interested parties can submit proposals electronically, with a closing date set for September 18, 2024. For further inquiries, potential bidders may contact Kristina Wolf at Kristina.Wolf@dla.mil or Suzanne Maginn at Suzanne.Maginn@dla.mil.
    20--ROLLER ASSEMBLY
    Active
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of 27 units of Roller Assembly (NSN 2040014731195). The delivery is required at DLA Distribution San Joaquin within 232 days after the order is placed, and the solicitation is classified as a Request for Quotation (RFQ). These roller assemblies are critical components used in ship and marine equipment, emphasizing their importance in maintaining operational readiness for naval operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    49--SUPPORT PLATFORM,JA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 38 units of the SUPPORT PLATFORM,JA, identified by NSN 4910015850947. This solicitation aims to establish an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of five. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these platforms in supporting military logistics operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Compressor-Dehydrator - Multiple NSNs/Multiple PNs
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the addition of thirteen National Stock Numbers (NSNs) to the Depot Level Repairable contract with Raytheon Company, specifically to support the Patriot Missile System. This procurement is a sole-source requirement, emphasizing compliance with existing contract provisions and government specifications, including adherence to the Buy American Act and trade agreements. The successful contractor will be responsible for delivering various components, with a focus on timely delivery and regulatory compliance, as outlined in the detailed Request for Proposal (RFP) documents. Proposals must be submitted by September 4, 2024, with inquiries directed to Kereen Johnston at kereen.johnston@dla.mil or J. Adam Henson at Jeffrey.Henson@dla.mil.
    25--HUB,CANTILEVER MOUN
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 57 units of the HUB, CANTILEVER MOUN (NSN 2530004704139). This solicitation aims to establish an Indefinite Delivery Contract (IDC) for a term of one year or until the total orders reach $250,000, with an estimated 12 orders per year and a guaranteed minimum quantity of 8 units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role in supporting military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    59--RELAY SUBASSEMBLY
    Active
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of a Relay Subassembly, specifically NSN 5945015745895. The requirement includes two line items, each with a quantity of one, to be delivered to the Norfolk Naval Shipyard and Naval Weapons Systems Support Mechanic, both within five days after order. This procurement is critical for maintaining operational readiness and functionality of electrical and electronic equipment used by the military. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    59--RELAY ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Relay Assembly, specifically NSN 5945011239350. The requirement includes a quantity of one unit to be delivered to DLA Distribution within 143 days after order placement, with approved sources identified as 30086 707718-T05 and 30086 708303. This procurement is critical for maintaining operational readiness and reliability in electrical and electronic equipment components. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.