409th CSB TCC - Material Handling Equipment (MHE) Maintenance & Repair Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, 409th CSB TCC, is soliciting offers for Material Handling Equipment (MHE) Maintenance & Repair Services at DLA Distribution Europe, Germersheim Army Depot, Germany. This is a Combined Synopsis/Solicitation for a hybrid Time and Materials (T&M) / Labor Hours (LH) with Firm-Fixed Price (FFP) contract. This acquisition is not set-aside for small business concerns. Offers are due by April 2, 2026, at 13:00 CET.
Scope of Work
The contractor will provide non-personal services for scheduled and unscheduled maintenance, including battery service, for U.S. Government-owned MHE and Automated Material Handling Systems (AMHS). This requires furnishing all personnel, equipment, supplies, facilities, transportation, tools, materials, and supervision. Services are needed for equipment operating on a multi-shift schedule, 24 hours per day, six days per week. Performance will be evaluated against specific Acceptable Quality Levels (AQLs) and a Quality Assurance Surveillance Plan (QASP).
Contract Details
- Contract Type: Hybrid T&M/LH FFP contract.
- Period of Performance: A base year (12 months) with two (2) 12-month option periods, including a one-month phase-in and a six-month option to extend services. The total contract duration shall not exceed 36 months.
- Place of Performance: DLA Distribution Europe, Germersheim Army Depot, Germany.
- CLIN Structure: The Contract Line-Item Number (CLIN) schedule includes FFP for phase-in and preventive maintenance, Labor Hours for unscheduled maintenance, and T&M for repair parts with Government-provided Not-to-Exceed estimates.
Eligibility & Requirements
- Set-Aside: This acquisition is not set-aside.
- Experience: Offerors must demonstrate relevant experience within the last seven (07) years, for a minimum of twelve (12) consecutive months, and with a minimum annual value of $400,000.00. An Experience Questionnaire (Attachment 3/4) must be completed for each relevant project.
- Personnel: Contractor personnel must be certified welders, comply with German law for work/residence permits, and complete required training (Anti-Terrorism Level I, OPSEC Level I, iWATCH).
- Compliance: Adherence to Host Nation safety laws, environmental regulations, and the Electromagnetic Compatibility Directive 2014/30/EU is mandatory.
- SAM Registration: Offerors must be registered and current in the System for Award Management (SAM) database (www.sam.gov) by the offer due date.
Submission & Evaluation
- Offer Due Date: April 2, 2026, at 13:00 CET.
- Submission Method: Offers must be submitted via email to the Contract Specialist and Contracting Officer.
- Questions Due: March 13, 2026, at 2:00 CET.
- Site Visit: Scheduled for March 11, 2026, at 2:00 CET. RSVP by March 6, 2026, at 2:00 CET.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA) Best Value Source Selection. Factors include Technical Capability, Supplier Performance Risk, and Price. Offerors must receive an "Acceptable" rating in all non-price factors. Past Performance will be considered for responsibility determination.
- Award: One (01) contract will be awarded on an "ALL OR NONE" basis. Award is contingent upon the availability of appropriated funds.