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 locations. This is a Total Small Business Set-Aside opportunity, structured as a Firm Fixed-Price, Time and Material Indefinite Delivery Indefinite Quantity (IDIQ) contract. The solicitation, SP4510-26-Q-0001, requires a single award for all specified locations. Quotes are due by February 19, 2026, at 5:00 PM EST.
Scope of Work
Contractors will provide comprehensive MHE maintenance services, including preventive maintenance (PM) and corrective maintenance (CM), across DLA Disposition Services Mid-America sites in San Antonio, Fort Hood (TX), Fort Sill (OK), Fort Riley (KS), and Colorado Springs (CO). Services include annual inspections, fluid checks, lubrication, replacement of wear parts, troubleshooting, and repair of MHE deficiencies. Contractors must provide all personnel, equipment, tools, and materials, ensuring compliance with all applicable laws and installation policies. Contractor employees must possess Certified Forklift Technician (CFT) certifications, and only OEM recommended parts are to be used.
Contract Details
- Contract Type: Firm Fixed-Price, Time and Material IDIQ
- NAICS: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with a $12.5M size standard
- Set-Aside: Total Small Business
- Period of Performance: One 12-month base period plus two 12-month option periods, not to exceed three years.
- Estimated Value: $270,000.00 (Base Period: $90,000.00; Option 1: $90,000.00; Option 2: $90,000.00)
Submission & Evaluation
Quotes must be submitted via email to sara.gorham@dla.mil and consist of two volumes: Volume 1 (Quote Certifications and Price Schedule) and Volume 2 (Past Performance Questionnaire). Offerors must provide their CAGE code and UEI number. Past Performance Questionnaires (Attachment 4) must be sent directly by third-party references to the Contracting Officer by the closing date. The award will be made to the responsible offeror demonstrating the best value, with Past Performance significantly more important than Price. An efficiency competition process may be utilized, where only the most competitively priced offers' past performance may be fully evaluated initially. Bidders must submit quotes for all Mid-America locations; partial quotes will not be considered responsive.
Key Deadlines
- Questions Due: February 4, 2026, at 3:00 PM EST
- Quotes Due: February 19, 2026, at 5:00 PM EST
Attachments
Key attachments include the Performance Work Statement (PWS), Equipment List V2, Price Schedule V2, Past Performance Questionnaire, and various Wage Determinations for the performance locations.