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 seeking Material Handling Equipment (MHE) Preventative and Corrective Maintenance Services for its Mid-America Region sites. This is a Total Small Business Set-Aside 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 to exceed three years. Quotes are due by February 17, 2026, at 5:00 PM EST.
Scope of Work
The contractor will provide comprehensive maintenance services to ensure the consistent operation of MHE at DLA Disposition Services Mid-America locations, including Colorado Springs (CO), Fort Riley (KS), Fort Sill (OK), Fort Hood (TX), and San Antonio (TX). Services include:
- Preventive Maintenance (PM): Annual inspections, fluid checks, lubrication, and replacement of normal wear parts according to OEM manuals. PM services must be completed within ten business days.
- Corrective Maintenance (CM): Assessment, troubleshooting, and repair of MHE deficiencies. CM assessments within five business days, and repairs within five business days of receiving parts.
- Annual testing requirements for MHE.
- Maintenance of electric-powered equipment, batteries, and charging stations.
- Compliance with all federal, state, local laws, and installation policies.
Contract Details
- Solicitation Number: SP4510-26-Q-0001
- NAICS Code: 811310 ($12.5M size standard)
- Contract Type: Firm Fixed Priced, Time and Material IDIQ
- Period of Performance: 1 Base Year + 2 Option Years (3 years total)
- Estimated Value: Base Period Total $90,000.00, Total with all options $270,000.00 (from Price Schedule)
- Set-Aside: Total Small Business
Submission & Evaluation
Offerors must submit quotes electronically to sara.gorham@dla.mil by the deadline. Quotes should be in two volumes: Volume 1 for Certifications and Price Schedule (Attachment 2), and Volume 2 for Past Performance.
- Evaluation Factors: Past Performance and Price.
- Past Performance is significantly more important than price.
- Offerors must provide a Past Performance Questionnaire (Attachment 4) to their references, who must submit it directly to the Contracting Officer (sara.gorham@dla.mil) by the closing date. The government will not contact references.
- The government may use an "Efficiency Competition" approach, reviewing past performance only for the most competitively priced offers.
- Contractor personnel must possess Certified Forklift Technician (CFT) certifications. OEM recommended parts must be used.
Important Dates
- Quotes Due: February 17, 2026, at 5:00 PM EST.