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 Contracting Support Brigade (CSB), is soliciting proposals for Material Handling Equipment (MHE) Maintenance and Repair Services at DLA Distribution Europe, Germersheim Army Depot, Germany. This Combined Synopsis/Solicitation seeks to secure comprehensive maintenance for MHE and Automated Material Handling Systems (AMHS). This acquisition is not set-aside for small business concerns. Proposals are due April 15, 2026, at 02:00 PM Local Time (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 AMHS. Services encompass all necessary personnel, equipment, supplies, tools, materials, and supervision. The equipment operates on a multi-shift schedule, 24 hours per day, six days per week. Key requirements include certified welders, compliance with U.S. and German laws, security protocols, safety plans, environmental compliance, and specific training (AT Level I, OPSEC Level I, iWATCH). An on-site technician with expertise across various MHE models is highly recommended.
Contract Details
This will be a T&M/LH FFP-Hybrid contract. The Period of Performance includes a one-month phase-in (July 1 - July 31, 2026), a base year (12 months), and two (2) option years (12 months each). The total contract duration, including options, shall not exceed 36 months, with a potential 6-month extension under FAR Clause 52.217-8. Pricing is structured with Firm-Fixed Price (FFP) for scheduled maintenance and phase-in, Labor Hours (LH) for unscheduled maintenance, and Time & Material (T&M) for repair parts with Government-provided Not-to-Exceed (NTE) estimates. Prices must be submitted in Euro, exclusive of VAT.
Submission & Evaluation
Offers must be submitted via email by the deadline. Offerors must be registered and current in SAM.gov. Evaluation will follow a Lowest Price Technically Acceptable (LPTA) Best Value Source Selection Approach. Factors considered are Technical Capability, Supplier Performance Risk, and Price. Offerors must achieve an "Acceptable" rating in all non-price factors, including a Management Plan and demonstrated experience. Past performance will not be evaluated for award but will be part of the responsibility determination. Offerors must complete two Experience Questionnaires (Attachments 3 & 4), demonstrating relevant experience within the last seven years, for at least 12 consecutive months, and with a minimum annual value of $400,000. Projects do not need to be in Germany.
Important Notes
A site visit was previously scheduled for March 11, 2026. Answers to industry questions have been provided in an amendment, which also updated the Performance Work Statement (Attachment 2) and added a Service Dates Report (Attachment 6). The incumbent contractor is Fuduric GmbH & Co. KG, with a bridge contract in place until July 29, 2026. Award is contingent upon the availability of appropriated funds. The Government intends to award only one contract on an ALL OR NONE basis.