DLA Disposition Services Mid-America MHE Maintenance 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 Defense Logistics Agency (DLA) Disposition Services is soliciting quotes for Material Handling Equipment (MHE) Preventative and Corrective Maintenance Services for its Mid-America Region sites. This is a 100% Total Small Business Set-Aside opportunity, issued as a Request for Quotation (RFQ) under solicitation number SP4510-26-Q-0001. The contract will be a Firm Fixed Priced, Time and Material Indefinite Delivery Indefinite Quantity (IDIQ) with a 12-month base period and two 12-month option periods, not exceeding three years. Quotes are due Friday, February 13, 2026, at 3:00 PM EST.
Scope of Work
The contractor will provide comprehensive MHE maintenance services, including:
- Preventative Maintenance (PM): Annual inspections, fluid checks, lubrication, and replacement of normal wear parts according to Original Equipment Manufacturer (OEM) manuals.
- Corrective Maintenance (CM): Assessment, troubleshooting, and repair of MHE deficiencies.
- Specialized Maintenance: Annual testing, and maintenance of electric-powered equipment, batteries, and charging stations. Services must be performed safely, adhering to all Federal, state, and local laws, and installation policies. Contractor personnel must possess Certified Forklift Technician (CFT) certifications.
Contract Details
- Contract Type: Firm Fixed Priced, Time and Material IDIQ
- Duration: 1 base year + 2 option years (total 3 years)
- Set-Aside: 100% Total Small Business
- NAICS: 811310 ($12.5M size standard)
- Estimated Value: The price schedule (Attachment 2) indicates a total estimated value of $270,000.00 over three years ($90,000 per period).
- Place of Performance: DLA DS Mid-America locations including Colorado Springs, CO; Fort Riley, KS; Fort Sill, OK; Fort Hood, TX; and Fort Sam Houston (San Antonio), TX.
Submission & Evaluation
- Quotes Due: Friday, February 13, 2026, at 3:00 PM EST.
- Questions Due: Wednesday, February 4, 2026, at 3:00 PM EST.
- Submission Method: Email quotes and questions to sara.gorham@dla.mil. Offerors are encouraged to submit early to avoid technical delays.
- Quote Format: Submit in two volumes: Volume 1 (Certifications and Price Schedule - Attachment 2) and Volume 2 (Past Performance Questionnaire - Attachment 4).
- Evaluation Factors: Award will be based on Best Value, considering Past Performance and Price. Past Performance is significantly more important than price.
- Past Performance: Offerors must provide relevant past performance for the last 6 years, limited to three projects. References must submit the Past Performance Questionnaire (Attachment 4) directly to the Contracting Officer by the quote due date. Failure to do so will result in a Neutral rating.
- Wage Determinations: Applicable Service Contract Act Wage Determinations are provided for each performance location (Colorado, Kansas, Oklahoma, Texas) and must be adhered to for labor cost calculations.
Key Requirements
- Contractor must provide all personnel, equipment, tools, and materials.
- Only OEM recommended parts are to be used; no rebuilt parts.
- Invoicing will be through the Wide Area Workflow (WAWF) system.
- Offerors must have current CAGE code and UEI number, and SAM.gov representations and certifications must be up-to-date.