MHE SERVICERS - OCONUS
ID: N0040625QS069Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)
Timeline
  1. 1
    Posted Apr 15, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 6:45 AM UTC
Description

The Department of Defense, specifically the Department of the Navy, is seeking proposals for a firm, fixed-price contract to provide maintenance and repair services for Material Handling Equipment (MHE) in support of logistics operations in South Korea. The procurement focuses on annual inspections, certifications, and adherence to strict safety and operational standards for MHE, including forklifts, with a specific requirement for HYSTER brand products from authorized servicers. This initiative is crucial for ensuring the safe and efficient operation of equipment essential to naval operations, promoting the inclusion of Women-Owned Small Businesses (WOSB) in federal contracting. Interested parties must submit their proposals by the specified deadline and can contact Ashley Rollin at ashley.a.rollin@navy.mil or 564-230-3001 for further information.

Point(s) of Contact
Files
Title
Posted
Apr 16, 2025, 2:04 AM UTC
Apr 16, 2025, 2:04 AM UTC
The document outlines a Request for Proposal (RFP) aimed at procuring materials and services from Women-Owned Small Businesses (WOSB) for the U.S. Navy’s logistics operations, specifically for material handling equipment (MHE) and forklifts. It emphasizes a firm, fixed-price contract structure, where the government seeks a single award encompassing all items listed, using industry-standard procurement protocols. The solicitation indicates a brand-name requirement for HYSTER products, directing bids from authorized servicers while stipulating a firm deadline for submissions. Key requirements include annual inspections and certifications for MHE, adherence to strict packaging and shipping guidelines, and electronic invoicing through the Wide Area WorkFlow (WAWF) system. Additional clauses cover pricing stability, emphasizing no adjustments for COVID-19 or inflation impacts during contract performance. The document reinforces the need for thorough familiarity with contracting regulations and mandates a proposal submission that includes compliance with various federal acquisition regulations and certifications. This solicitation not only seeks to fulfill specific logistical needs but also promotes inclusion of small businesses in federal contracting, showcasing a commitment to fostering diverse economic participation within government procurement activities.
Apr 16, 2025, 2:04 AM UTC
The document outlines the requirements for the annual inspection, testing, and certification of Material Handling Equipment (MHE) such as forklifts aboard ships. It references various technical manuals and outlines forms for initial inspections, maintenance, and safety certifications. The key tasks include thorough examination and operational tests, adhering to safety standards, and ensuring compliance with government regulations. Each MHE's inspection includes checks on tires, fluid levels, engine functions, and braking systems, with specific criteria for acceptance or rejection. Additionally, it mandates the inspection of forks, marking compliance, and documentation of results for maintenance records. The overarching goal is to ensure safe operation and longevity of MHE, crucial for effective naval operations. This document serves as a guideline for contractors involved in maintaining these essential pieces of equipment while adhering to strict regulatory standards.
Apr 2, 2025, 10:08 PM UTC
The document outlines the requirements for the annual inspection, testing, and certification of Material Handling Equipment (MHE) such as forklifts used aboard ships. It references several technical manuals and provides detailed guidance on inspection procedures, maintenance, and safety checks to ensure operational efficiency and compliance. Key responsibilities include the removal of obstructions, coordination with ship personnel, and meticulous documentation of equipment condition on specified forms. The inspection process involves evaluating various components, including tires, hydraulic systems, and electrical systems, to identify hazards and necessary repairs. Additionally, it mandates the certification and reporting of MHE conditions, ensuring all procedures comply with established regulations. Reports must be submitted in PDF format, including mandatory markings and condition assessments. The document emphasizes the need for well-trained operators and highlights safety protocols around testing, maintenance, and potential hazards, showcasing the government's commitment to maintaining industrial equipment standards and enhancing maritime safety. This comprehensive set of guidelines is critical for governmental and regional agencies, ensuring that all equipment used for material handling is safe, reliable, and operationally fit for duty.
Lifecycle
Title
Type
MHE SERVICERS - OCONUS
Currently viewing
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
MHE North Island
Buyer not available
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.
MHE and SMSE Maintenance Services
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking MHE and SMSE Maintenance Services in Norfolk, VA. The services include lubrication, maintenance, repair, overhaul actions, and transportation movement on Shipboard and Shore-based Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). MHE refers to self-propelled equipment used in storage and handling operations, while SMSE includes container handlers, mobile shipboard cargo cranes, and other equipment. The contract will be for a five-year ordering period and will require a Small Business Subcontracting Plan. The RFP will be available for download on beta.SAM.gov on or around 1 March 2021. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Heather Coleman at HEATHER.COLEMAN@NAVY.MIL.
Material Handling Equipment (MHE) Maintenance for DLA Disposition Services Grafenwoehr Germany
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors to provide maintenance services for Material Handling Equipment (MHE) at Grafenwoehr, Germany. The procurement encompasses both preventive and corrective maintenance services, ensuring the operational readiness of MHE, which includes various forklifts and sweepers, critical for military support operations. This contract will be awarded as a Firm Fixed Price agreement with a base year and two option years, emphasizing compliance with Original Equipment Manufacturer (OEM) standards and timely service delivery. Interested contractors must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified date, and can direct inquiries to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.
FRCSW C2 and C3 Hoist Inspection and Repair
Buyer not available
The Department of Defense, through the Fleet Readiness Center, is seeking qualified contractors to provide inspection, repair, and upgrade services for overhead electric traveling hoists, specifically for the C2 and C3 systems at Fleet Readiness Center Southwest (FRCSW) in North Island. The procurement includes the replacement and repair of hoists, associated hangers, runway rails, and electrical control systems, which are critical for maintaining operational efficiency and safety in military operations. This opportunity is set aside for small businesses under the SBA guidelines, and interested parties can reach out to Brandi Firestien at brandi.firestien@navy.mil or Tiffany Crayle at tiffany.l.crayle.civ@us.navy.mil for further details. The solicitation is currently open, and potential bidders should prepare their proposals accordingly.
6,000 POUND FORKLIFTS AND SERVICE
Buyer not available
Presolicitation notice from the Department of Defense (DLA Maritime Puget Sound) is seeking to procure 6,000 pound diesel forklifts for maintenance operations at the Puget Sound Naval Shipyard & IMF in Bremerton, WA. The procurement will be conducted on an unrestricted basis using commercial item procedures. The contract will be a firm fixed price (FFP) type commercial purchase order. Interested offerors must download the RFQ from http://fedbizops.gov/ and email their offers to the buyer. It is important to monitor the website for any amendments to the solicitation. All interested firms must complete the entire solicitation document, provide technical specification documentation and compliance certifications, and ensure current registration in the SAM system at https://www.sam.gov/portal/public/sam. Any questions should be emailed to Susan.Peterson@dla.mil.
CONUS 6k Forklift IDIQ
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to procure 6,000-pound capacity forklifts for use within the Continental United States (CONUS). The procurement includes various models, such as diesel and propane forklifts, with specific requirements for lifting capabilities, safety features, and operational controls, as outlined in the updated Statement of Work. This contract is crucial for supporting the DLA's mission to manage surplus Department of Defense property effectively, ensuring that the necessary equipment is available for operational needs. Interested vendors must submit their quotes by email to James Isola at james.isola@dla.mil by 3:00 PM Eastern Time on April 30, 2025, and are encouraged to review the attached documents for detailed specifications and pricing structures.
20--CYLINDER HOIST ASSY - AND OTHER REPLACEMENT PARTS
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of Cylinder Hoist Assemblies and other replacement parts. This procurement aims to fulfill critical requirements for marine hardware and hull items, which are essential for the operational readiness of naval vessels. The contract will be awarded on a fixed-price basis, with a delivery timeline of 365 days for the initial item and subsequent parts, emphasizing the importance of timely supply for national defense. Interested vendors should direct inquiries to James E. Lewis at 717-605-7403 or via email at JAMES.E.LEWIS5@NAVY.MIL, with proposals expected to comply with various quality assurance and inspection standards outlined in the solicitation.
Crane Maintenance and Repair
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic (NAVFAC MIDLANT), is seeking qualified small businesses to provide crane maintenance and repair services at Naval Station Norfolk, Virginia, and other areas of responsibility. This Sources Sought Notice aims to gather information on the capabilities of small businesses, including Small Disadvantaged, Women Owned, Service-Disabled Veteran-Owned, HUBZone, and 8(a) certified firms, to perform a proposed Indefinite Delivery, Indefinite Quantity (IDIQ) contract for crane and equipment repair services. The anticipated contract term will not exceed 66 months, and interested parties are encouraged to submit a capabilities package by 2:00 PM EST on May 5, 2025, to Sheena Lassiter at sheena.l.lassiter.civ@us.navy.mil, detailing their relevant experience and qualifications.
25--ROD,OPERATING FWD
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the procurement of 40 units of the ROD, OPERATING FWD, identified by NSN 1H-2530-015404504-L1. This acquisition is exclusively set aside for small business concerns, in accordance with FAR 19.5, and aims to fulfill requirements for vehicular brake, steering, axle, wheel, and track components. The items will be delivered to the Portsmouth Naval Shipyard in Kittery, Maine, and the solicitation will include clauses that may address various small business set-asides, including HUBZone and Service-Disabled Veteran-Owned Small Business considerations. Interested parties should contact Benjamin Spangler at (717) 605-2147 or via email at BENJAMIN.SPANGLER@NAVY.MIL for further details and to express their interest within 15 days of this notice.
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 enclosed cabs, along with potential familiarization training. Interested contractors must submit their quotes by May 8, 2025, at 3:00 PM Eastern Time, and are encouraged to direct any questions to the primary contact, James Isola, at James.Isola@dla.mil. The contract is set aside for small businesses under NAICS code 333924, with a focus on ensuring compliance with all applicable regulations and guidelines.