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, MICC FDO FT BRAGG, is soliciting quotes for Hanel Lean Vertical Lift Module (VLM) Maintenance Services at the Joint Armament Facility, Fort Bragg, North Carolina. This is a Total Small Business Set-Aside for a follow-on contract to ensure the safety, functionality, calibration, and reliability of VLMs. Quotes are due by March 12, 2026, at 9:00 a.m. EST.
Scope of Work
The contractor will provide repairs and maintenance for Hanel Lean VLMs, starting with 12 units in the base year and increasing to 18 in subsequent option years. Services include performing quarterly inspections, documenting structural deficiencies, acquiring technical and service data from Hanel Lean USA, updating service manuals, and providing necessary personnel, equipment, and supplies. The scope also covers ordering replacement components, service kits, and individual parts, with a plug figure of $45,000 per Period of Performance for parts.
Performance Standards
Key performance metrics include a response time of 24 to 48 business hours for repairs, semi-annual Preventive Maintenance Service, and thorough inspections. Quarterly inspection results must be provided to the KO/COR within 30 calendar days. Contractors must notify the KO/COR within 48 hours of discovering any deficiency and begin the repair process within 96 hours. Compliance with relocation and initial delivery will be tallied for CPAR reporting.
Contract Details
This is a Firm Fixed Price contract with one twelve-month base period (April 1, 2026 - March 31, 2027) and four twelve-month option periods, extending the potential performance through March 31, 2031. The NAICS code is 333922, "Conveyor and Conveying Equipment Manufacturing," with a 500-employee small business size standard.
Special Requirements
Contractor personnel must be Hanel Lean certified, U.S. citizens (unless approved), proficient in English, and maintain high standards of professionalism. They must adhere to security requirements, including physical security and OPSEC, and complete required training (e.g., AT Level I, Threat Awareness). A Quality Control Plan (QCP) is required within 30 days of award, and a signed non-disclosure agreement (NDA) must be provided to the COR 5 days prior to work commencement.
Submission & Evaluation
Quotes are due via email to claribel.ordaz-rios.civ@army.mil and amanda.l.foster22.civ@army.mil by March 12, 2026, at 9:00 a.m. Eastern Standard Time. Evaluation will consider technical capability, past performance, and price, with technical and past performance being significantly more important than price. Required documents include a technical approach, pricing for all CLINs, and a completed FAR 52.212-3.
Additional Notes
This solicitation is Amendment 1 to the original RFQ, which removed draft documents, updated Provision 52.212-2, and released Q&As. This is a follow-on contract, with the previous contract number being W91247-20-P-0153.