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 proposals for Material Handling Equipment (MHE) Preventative and Corrective Maintenance Services for its Mid-America Region locations. This is a 100% Total Small Business Set-Aside opportunity, structured as a Firm Fixed-Priced, Time and Material Indefinite Delivery Indefinite Quantity (IDIQ) contract. Offers are due by February 17, 2026, at 5:00 PM EST.
Scope of Work
The contractor will provide comprehensive maintenance services for MHE across DLA Disposition Services Mid-America sites, including San Antonio, Fort Hood, Fort Sill, Fort Riley, and Colorado Springs. Services encompass:
- Preventative Maintenance (PM): Annual inspections, fluid checks, lubrication, and replacement of normal wear parts according to OEM manuals.
- Corrective Maintenance (CM): Assessment, troubleshooting, and repair of MHE deficiencies.
- Annual testing requirements for MHE.
- Maintenance of electric-powered equipment, batteries, and charging stations.
- Compliance with all applicable Federal, state, and local laws, regulations, and installation policies.
Contract Details
- Solicitation Number: SP4510-26-Q-0001
- Contract Type: Firm Fixed-Priced, Time and Material IDIQ
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with a $12.5 million size standard.
- Set-Aside: 100% Total Small Business
- Period of Performance: One 12-month base period plus two 12-month option periods, not to exceed three years.
- Estimated Value: The price schedule indicates a total of $270,000.00 with all options, including CLINs for PM, parts, and labor for unscheduled repairs.
Evaluation Factors
Award will be made to the responsible offeror demonstrating the best value to the U.S. Government, based on Past Performance and Price. Past Performance is significantly more important than price. The government may use an efficiency competition approach, reviewing past performance for the most competitively priced offers first.
Submission Requirements & Key Dates
- Questions Due: February 4, 2026, 3:00 PM EST (submit via email to sara.gorham@dla.mil).
- Offers Due: February 17, 2026, 5:00 PM EST (submit via email to sara.gorham@dla.mil).
- Quotes must be submitted in two volumes: Volume 1 (Certifications and Price Schedule) and Volume 2 (Past Performance Questionnaire).
- Offerors must provide CAGE code and UEI number. SAM.gov representations and certifications must be current.
- Crucially, Past Performance Questionnaires (Attachment 4) must be sent directly by the third-party reference to the Contracting Officer (sara.gorham@dla.mil) by the solicitation closing date. Offerors are responsible for ensuring references submit these surveys.
- Site visits are not supported prior to the response deadline.
- Bidders must adhere to the specific Wage Determinations provided for each geographic location (Colorado, Kansas, Oklahoma, Texas) where services will be performed.