Combined Synopsis/Solicitation
---------------------------------------------------------------------------
MHE North Island, AFB
----------------------------------------------------------------------------
Amendment 0003 - Dated 4/10/2025
This amendment is to answer vendor questions:
The SOW is stating quarterly on page 2, every six months (page 3 Section 4.1.2) and the solicitation (page 4) states the word "Quarterly" for the line item CLIN pricing.
Please clarify for me the frequency for the Preventative Maintenance Services for the (4) Forklifts? Is the requested frequency every (6) months (Two times per year) bi-annual service plus Quarterly (Four times per year)?
---------------------------------------------------------------------------
Amendment 0002 - Dated 4/9/2025
This amendment is to update the SOW and to confirmed that all quotes are due on April 28, 2025, 3:00 PM, EST.
-----------------------------------------------------------------------------
Amendment 0001 - Dated 4/8/2025
This amendment is issued for Accessing DLA installations, effective May 7, 2025.
------------------------------------------------------------------------------------------------------------------------
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are
being requested and a written solicitation will not be issued. The solicitation number SP4703-25-Q-0039 is issued as a Request for Quote (RFQ).
This acquisition will result in a firm fixed price award. The applicable NAICS Code is 811310 with a Business Size Standard of $12,500,000,000. This solicitation is an 100% Total Small Business Set-Aside. Department of Labor Service Contract Act WD #: 2015-5635 revision 26 applies. This is a firm fixed-price (FFP) Requirements Contract with the period of performance of 12-month base period and four 12-month option periods.
THus requirement is for repair and maintenance services of Government Owned Material Handling Equipment (MHE). The maintenance shall include two types of services: Preventative Maintenance (PM) (Scheduled), on call Remedial Maintenance (RM) (Unscheduled). The Equipment Inventory List (attachment #1) is provided to identify each piece of equipment that requires maintenance service. The Maintenance Task Charts (attachment #2) are provided to define the preventative maintenance requirements. The Equipment Inventory List and the Maintenance Task Charts are subject to modification by the Government when equipment addition(s) and/or deletion(s) are required due to equipment disposal or replacement.
The term “equipment” as used herein includes but is not limited to all material handling equipment (MHE), battery chargers, motor vehicles (wheeled or tracked), off highway utility vehicles, semi and warehouse trailers, and warehouse sweepers, and any equipment used in support of the daily warehouse operations.
The estimated start date for any contract resulting from this solicitation is April 24, 2024.
Award will be made to the lowest priced, technically acceptable offeror that meets the requirement stated in the Statement of Work (SOW) and RFQ.
The contractor must be registered in the System for Award Management (SAM) prior to award. If not already registered in SAM, go to System for Award Management (SAM) website www.sam.gov to register prior to submitting your quote.
All inquiries must be submitted 5 working days prior to closing date.
Quotes are due on April 16, 2025 03:00 PM, EST.
Point of contact for this requirement is Kia J. Milindez at phone (804) 279-4903 and email at Kia.Milindez@dla.mil.
Contracting Office Address:
DLA Contracting Services Office – Richmond 1
6090 Strathmore Road
Richmond, VA 23237