Skip to content
Department of Defense

Material Handling Equipment (MHE) for the repairs, maintenance, and rental services for: lifts, light towers with generators, yard ramps, forklifts, telehandlers, and container handlers at Letterkenny Munitions Center (LEMC)

Solicitation: W911N226QA023
Notice ID: 12d545c3c2e04b71bdd8dfaebc486e6b
TypeSources SoughtNAICS 811310PSCJ038DepartmentDepartment of DefenseAgencyDept Of The ArmyStatePAPostedFeb 09, 2026, 12:00 AM UTCDueFeb 20, 2026, 06:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Feb 20, 2026. Industry: NAICS 811310 • PSC J038.

Market snapshot

Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.

12-month awarded value
$44,922,173
Sector total $250,450,224 • Share 17.9%
Live
Median
$11,842
P10–P90
$5,116$879,780
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
17.9%
share
Momentum (last 3 vs prior 3 buckets)
+5514%($43,349,741)
Deal sizing
$11,842 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for PA
Live POP
Place of performance
Pennsylvania • 17201 United States
State: PA
Contracting office
Chambersburg, PA • 17201-4150 USA

Point of Contact

Name
Megan Smith
Email
megan.m.smith110.civ@army.mil
Phone
5209410269
Name
Bobie J. Burkett
Email
bobie.j.burkett.civ@army.mil
Phone
7172675283

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC RSA • W6QK LAD CONTR OFF
Contracting Office Address
Chambersburg, PA
17201-4150 USA

More in NAICS 811310

Description

SOURCES SOUGHT/REQUEST FOR INFORMATION FOR

Material Handling Equipment (MHE) for the repairs, maintenance, and rental services for:

lifts, light towers with generators, yard ramps, forklifts, telehandlers, and container handlers at Letterkenny Munitions Center (LEMC) located on Letterkenny Army Depot (LEAD)

The Government intends to award a commercial, Firm Fixed Price, competitive, service contract no later than 22 August 2026 and will use the results of this request to develop its acquisition strategy. All information submitted will be held in a confidential status.

The Army Contracting Command, Redstone Arsenal – Letterkenny Munitions Center (ACC-RSA-LEMC) is issuing this Request for Information (RFI) and Source Sought announcement to gain information from industry and seek sources capable of and interested in the rental services, repairs, and maintenance of MHE. The purpose of providing this information is to conduct Market Research and identify interested sources capable of procuring firm fixed price rental services, repairs, and maintenance of MHE. A draft copy of the Performance Work Statement (PWS) and Equipment List is attached.

Contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov.

Eligibility

At this point, the Government requests the response from all interested capable businesses and the applicable NAICS for this requirement is 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a small business size standard of $12,500,000.00. At this time, the Government has made no decisions about whether a full and open competition will occur. Upon receipt of all responses to this notice, the Government will determine its path forward.

Capabilities Statement and additional Information and Submission Details

REQUESTED INFORMATION:

Please provide a Capabilities Statement, which must address the following items:

1. Is your company able to provide a firm fixed price for repairs based on the disclosure of previous repair history of the last six (6) years?

2. Do you have experience performing services, repairs, and maintenance to MHE? Describe the type of work your company performed in the past in support of the same or similar requirements? Describe your ability to meet the requirements in the draft PWS.

3. How long would you need to accomplish this requirement?

4. Please identify other Government Agencies for whom you have performed similar work in the past. What contract vehicle(s) were utilized for those contracts? Please provide contract numbers and Government POCs.

5. What obstacles or hindrances did you encounter while performing similar work on past contracts? List any lessons learned or best business practices found.

6. If awarded a contract, how many calendar days following an award would it take your firm to begin providing the services and begin performance?

7. What installation support will your company require to successfully perform the requirements of the required work?

8. Does your company currently possess the capabilities to perform all the tasks for the required work internally? If not, what areas may require accomplishment with teaming arrangements and subcontracting?

9. Please provide any general questions or clarifications regarding this requirement.

10. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the requirement.

11. If applicable, indicate whether you qualify as a Small, Small Disadvantaged, 8(a) Small Business, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern and provide your documentary proof from the Small Business Administration.

12. Please supply your SAM reps and certs as well as your SBA Profile.

Please offer recommendations to improve the technical specifications and draft PWS. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. The Government appreciates your answers and feedback and welcomes any questions you have.

If your firm is capable of requirements described in this RFI, please provide a Capability Statement to Mrs. Megan M. Smith at megan.m.smith110.civ@army.mil, 20 February 2026, 1:00 P.M. Eastern Time.

Point of Contact:

Megan M. Smith (Mrs.)

Contract Specialist

PAE Fires

Army Contracting Command - Redstone Arsenal

CCAM-MSD-D

1 Overcash Avenue, Bldg. 10

Chambersburg, PA 17201-4150

Teams: 520-941-0269

Comm: 717-267-5395

DSN: 570-5395

Email: megan.m.smith110.civ@army.mil

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 14, 2026
Executive summary

The Department of the Army is seeking sources for Material Handling Equipment (MHE) services, including repairs, maintenance, and rental, specifically for lifts, light towers with generators, yard ramps, forklifts, telehandlers, and container handlers at the Letterkenny Munitions Center. Interested contractors must submit a Capabilities Statement by February 20, 2026, demonstrating their ability to provide firm fixed pricing and relevant experience. The definitive performance contract is intended to be awarded by August 22, 2026, based on responses from this sources sought notice.

What the buyer is trying to do

The buyer is conducting market research to identify capable sources for rental services, repairs, and maintenance of MHE at the Letterkenny Munitions Center in preparation for a future firm fixed price service contract.

Work breakdown
  • Renting lifts and light towers with generators
  • Providing maintenance for yard ramps and forklifts
  • Repairing telehandlers and container handlers
Response package checklist
  • Capabilities Statement addressing all requested information
  • Previous repair history documentation for the last 6 years
  • Proof of SAM registration
  • Documentation of any relevant government contracts
Suggested keywords
Material Handling EquipmentMHE Rental ServicesRepairs and MaintenanceFirm Fixed Price ContractLetterkenny Munitions Center
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Details regarding specific performance metrics outlined in the draft PWS
  • Concrete timelines for project milestones post-award
  • Precise descriptions of past work experience format required
  • Clarity on installation support specifics needed from contractors

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.