Hanel Lean Vertical Lift Module (VLM) Maintenance - FT BRAGG
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 is soliciting proposals for Hanel Lean Vertical Lift Module (VLM) Maintenance and Repair Services at the Joint Armament Facility, Fort Bragg, North Carolina. This Total Small Business Set-Aside opportunity seeks to ensure the safety, functionality, calibration, and reliability of Hanel Lean VLMs. The acquisition is a Combined Synopsis/Solicitation (RFQ) for a Firm Fixed-Price contract. Quotes are due by March 12, 2026, at 9:00 a.m. EST.
Scope of Work
The contractor will provide comprehensive preventive maintenance and repair services for Hanel Lean Vertical Lift Modules, including necessary service parts. The scope includes:
- Maintenance & Repairs: Servicing 12 VLMs in the base year, increasing to 18 VLMs in each of the four option years.
- Inspections: Quarterly inspections covering functionality, safety, calibration, and reliability, with documentation of any structural deficiencies.
- Parts & Equipment: Provision of replacement components, service kits, individual parts, and a scissor lift vehicle for repairs.
- Compliance: Services must adhere to manufacturer specifications and scheduling, with technical and service data acquired from Hanel Lean USA.
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance: One 12-month base period (April 1, 2026 - March 31, 2027) and four 12-month option periods, extending through March 31, 2031.
- CLINs: Includes separate CLINs for preventive maintenance/repairs and service parts (plug figure $45,000) for the base and each option year.
- Place of Performance: 5025 Chicken Road, Fort Bragg, NC 28310.
- NAICS Code: 333922, "Conveyor and Conveying Equipment Manufacturing," with a 500-employee small business size standard.
- Set-Aside: 100% Total Small Business Set-Aside.
Submission & Evaluation
- Quote Submission Deadline: March 12, 2026, 9:00 a.m. EST.
- Questions Deadline: March 6, 2026, 9:00 a.m. EST.
- Submission Method: Via email to claribel.ordaz-rios.civ@army.mil and amanda.l.foster22.civ@army.mil.
- Required Documents: Technical approach, pricing for all CLINs, and a completed FAR 52.212-3.
- Evaluation Factors: Award will be based on the most advantageous quote, considering technical capability, past performance, and price. Technical and past performance are significantly more important than price.
Special Requirements
- Personnel: Must be Hanel Lean certified, U.S. citizens (unless approved), and proficient in English.
- Performance Standards: Response time for repairs within 24-48 business hours; semi-annual preventive maintenance; notification of deficiencies within 48 hours; repair process initiation within 96 hours.
- Documentation: Submission of a Quality Control Plan (QCP) within 30 days of award.
Additional Notes
This is a "Draft" version of documents, with finalization expected via Amendment 1. Award is subject to the availability of funds.