Modular Rest Area Purchase/Installation
ID: FA448424Q0034Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the purchase and installation of a modular rest area at Joint Base McGuire-Dix-Lakehurst in New Jersey. The project aims to construct a 384 sq-ft modular rest area equipped with HVAC, lighting, and electrical systems to address safety concerns related to the current hazardous conditions due to the lack of proper facilities. This procurement is significant as it supports the health and safety of personnel while adhering to federal regulations, with a completion timeline of 90-120 days post-award. Interested contractors, particularly those classified as small businesses under the SBA guidelines, must submit their proposals by September 19, 2024, and can direct inquiries to Alexander Gibson or Christina Vargas via their provided emails.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work (SOW) for the design and installation of a designated rest area within the Aerospace Ground Equipment and Power Production consolidated work center at Joint Base McGuire-Dix-Lakehurst. The project addresses hazardous conditions caused by the absence of a proper HVAC system, violating workplace safety standards and risking personnel health and safety. Key objectives include constructing a modular, self-standing rest area measuring 384 sq-ft equipped with HVAC, lighting, electrical systems, and insulated walls to ensure a safe separation from maintenance operations. The scope of work involves a local contractor responsible for the procurement and installation of prefabricated structures. Deliverables need to comply with federal regulations, with a completion timeline of 90-120 days post-award. The contractor must provide comprehensive warranties and abide by environmental and security protocols throughout the installation process. The document emphasizes the importance of a safe working environment for personnel and adherence to federal and state regulations.
    The document serves as the Antiterrorism Guide for contractors at the Joint Base McGuire-Dix-Lakehurst, outlining essential measures for ensuring personnel and resource safety amid potential terrorist threats. It emphasizes the responsibility of contractors and their employees to adhere to Department of Defense standards and provides a framework for mitigating vulnerabilities to terrorist acts. Key instructions include controlling access to personnel and vehicles, encouraging participation in Antiterrorism Level I Training, and promoting a "See Something, Say Something" policy among the community to report suspicious activities efficiently. The guide details types of suspicious activities to look for, such as surveillance, unsolicited inquiries about military operations, and unusual behaviors, and outlines a systematic approach to reporting these concerns. Contractors are urged to document observations using the S.A.L.T.E. acronym and provide relevant information to security forces. Additional contact numbers for security measures and emergencies are included. The overarching goal is to foster a culture of vigilance, ensuring that both contractors and personnel contribute to a secure environment at the installation.
    The solicitation seeks offers for procuring and installing a modular rest area at Joint Base McGuire-Dix-Lakehurst, NJ, to be delivered within 120 days of contract award, with an option for an additional unit. Funding is currently unavailable, and awards will only be made once funds are secured. A single firm-fixed-price contract will be awarded using a Lowest Price Technically Acceptable evaluation method. Offerors must inspect the site on September 5, 2024, and any questions regarding the solicitation must be submitted by September 9, 2024. Proposals should include technical specifications, pricing for contract line items, and necessary registrations, including the System for Award Management (SAM). Offers must remain valid for 90 days and will be evaluated based on price and technical acceptability, with the government reserving the right to conduct additional evaluations as needed. The document emphasizes adherence to the Statement of Work (SOW) and assesses price balance to ensure fairness. In conclusion, this RFP represents essential procurement activities of the government, highlighting transparency and specific contractor requirements.
    The pamphlet from the JB MDL Antiterrorism Office outlines the role of contractors in enhancing security at Joint Base McGuire-Dix-Lakehurst, New Jersey, as part of the Global War on Terrorism. It emphasizes the importance of vigilance and awareness, encouraging contractors to observe their surroundings for any unusual activities or signs of potential threats. Key areas of focus include identifying unfamiliar persons, suspicious vehicles, and any security tests. The document defines terrorism and categorizes potential victim scenarios, such as "Victim By Association" and "Victim By Opportunity." It provides clear instructions for reporting suspicious activity, detailing what to look for and the necessary information to provide when contacting security forces. The pamphlet concludes with emergency contact numbers and reinforces the message of collective responsibility in maintaining base security. This initiative reflects the federal government's commitment to enhancing safety measures within military environments, specifically aimed at contractors working in sensitive areas.
    The document outlines the protocol for healthcare provisions for contractor employees or agents on duty at Joint Base McGuire-Dix-Lakehurst (JBMDL). The 87th Medical Treatment Facility (MTF) provides urgent medical care to these individuals for life-threatening injuries but stipulates that costs incurred for such treatment must be covered by the contractor or employee, not the MTF or the government. The document specifies that care is to stabilize the patient before transferring them to a civilian facility, with billing managed through the Air Force FORM 552. Employees are required to inform their medical insurance companies promptly, complying with all necessary billing procedures. This framework highlights the responsibilities of contractors regarding healthcare expenses while emphasizing the limited role of the government in medical cost coverage within the context of federal contracting obligations.
    This document serves as a Contractor Security Appendix for Joint Base McGuire-Dix-Lakehurst (JB MDL), outlining entry control procedures for contractors and vendors. It mandates that all personnel seeking access to JB MDL undergo criminal history and background checks at the Welcome Center prior to receiving an Installation Access Pass. The process varies based on the length of access required, with checks mandated every 60 days for contractors needing longer-term access. It elucidates procedures for maintaining an Entry Authority List (EAL), ensuring accurate identification of personnel requiring installation access. Contractors must provide detailed information regarding personnel, contract specifics, and timelines for access. For non-U.S. citizens, additional documentation such as work permits or passports is necessary. Contractors are responsible for returning access credentials upon contract completion or personnel departure. Restrictions apply for those working in sensitive or restricted areas, requiring specific security protocols and the issuance of restricted area badges. The document emphasizes adherence to entry requirements and safety protocols, outlining consequences for violations. Overall, it underscores the importance of stringent security measures within federal operations at JB MDL while facilitating contractor access in compliance with established guidelines.
    This document outlines the solicitation for a contract aimed at the delivery and installation of a Modular Rest Area, specifically designed for the United States federal government under the Women-Owned Small Business (WOSB) program. The requisition number FA448424Q0034 indicates that the deadline for submissions is set for September 19, 2024, at 2:00 PM. The solicitation includes essential details such as item descriptions, quantities, unit prices, and total award amounts, which will be finalized upon fund availability. It is emphasized that no awards will be made until necessary funds are allocated, allowing the government to cancel the solicitation if needed. The contract refers to several clauses related to payment, delivery, and inspection, highlighting the importance of compliance with the Federal Acquisition Regulation (FAR). The Government also insists on unique item identifiers for items valued above $5,000 to maintain accountability and traceability in procurement processes. Additional supporting documents, including a Statement of Work (SOW) and various guidelines pertaining to installation and safety, accompany the solicitation, ensuring all contractual obligations are met. Overall, this procurement illustrates the federal government's commitment to supporting women-owned businesses while adhering to regulatory standards in awarding contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Modular Office Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the provision and management of a modular office trailer at Fort Bliss, Texas, under Solicitation FA480124Q0015. The contractor will be responsible for delivering a fully equipped office trailer that includes utility hookups for water, sewer, and electrical services, along with 35 workstations and restrooms, as outlined in the Statement of Work (SOW). This procurement is critical for supporting the operational needs of the Joint Task Force North, ensuring compliance with federal safety and material standards throughout the contract period. Interested Women-Owned Small Businesses (WOSBs) must submit their proposals by September 19, 2024, with the expected award date around September 26, 2024. For further inquiries, contact Erik Montgomery at erik.montgomery.10@us.af.mil or Callie M. Spencer at callie.spencer.1@us.af.mil.
    Portable Restroom Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the rental of a unisex restroom trailer to support a facility renovation project at Altus Air Force Base (AFB) in Oklahoma. The contractor will be responsible for providing a restroom trailer with four to six stalls, complete with sinks, toilets, and climate control, along with sanitation, facility maintenance, and waste removal services for a period of two years, starting on October 21, 2024. This procurement is critical for ensuring adequate sanitation facilities during the renovation, emphasizing compliance with environmental regulations and safety standards. Interested vendors must submit their proposals electronically, adhering to the outlined requirements, and can contact Isaiah Jones or Jacolbi Thomas for further information. Note that funding is not currently available, and no awards will be made until funds are secured.
    FY25 Multiple Award Construction Contract (MACC) recompete
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Multiple Award Construction Contract (MACC) recompete at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This contract encompasses a wide range of construction services, including earthwork, infrastructure development, and various specialty contracting tasks, with the aim of awarding contracts to a minimum of five small businesses for a base year plus six optional one-year periods, and a potential six-month extension. The estimated contract ceiling ranges from $250 million to $500 million, with individual seed projects valued between $100,000 and $250,000. Interested contractors must submit their proposals electronically, adhering to strict guidelines and deadlines, with a mandatory site visit scheduled for September 24, 2024. For further inquiries, contact Will Kearns at william.kearns.4@us.af.mil or Dana Wright at dana.wright.6@us.af.mil.
    Relocatable Lease
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is planning to award a Firm Fixed-Price delivery order for the continued lease of a relocatable office building from Williams Scotsman, Inc. at Joint Base McGuire-Dix-Lakehurst, New Jersey. This procurement aims to avoid substantial duplication of costs associated with relocating and setting up a new facility, which would include expenses for furniture removal, tear down preparations, and new facility costs. The lease is critical for ongoing operations at NAWCAD Lakehurst, and interested parties must submit their responses via email to Shara Ruth at shara.j.ruth.civ@us.navy.mil by September 19, 2024, at 11:00 A.M. EDT. This presolicitation notice does not constitute a request for competitive proposals, and the government is not obligated to issue a solicitation or award a contract.
    MDG Building 383 Ambulance Bay Enclosure
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the construction of an Ambulance Bay Enclosure at Building 383, Laughlin Air Force Base in Texas. The project entails the contractor providing all necessary labor, materials, and supervision to enclose the ambulance bay, adhering to specified architectural plans and federal guidelines, with a total performance period of 75 calendar days divided into two phases. This construction is vital for enhancing emergency medical response capabilities at the base, ensuring compliance with safety and operational standards. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Joshua Centilli at joshua.centilli@us.af.mil or Rebecca Pelayo Ruelas at rebecca.pelayoruelas@us.af.mil.
    AFSOC 103021 SOF Maintenance Hangar and LXEZ 153953 SOF Composite Maintenance Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a one-bay aircraft hangar and a composite maintenance facility at AFSOC 103021. This project encompasses all necessary labor, transportation, materials, equipment, and supervision to complete the construction and associated environmental work. The facilities are crucial for supporting special operations forces, ensuring they have the necessary infrastructure for maintenance and operational readiness. Interested contractors should note that the proposal due date has been extended to October 29, 2024, and they can direct inquiries to Jack Letscher at jack.t.letscher.civ@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil for further details.
    Building 2008 Furniture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of modular furniture and related services for Building 2008 at Joint Base San Antonio (JBSA) Lackland, Texas. The project involves providing new furniture, removing existing furniture, and managing the design, delivery, and installation of the new furnishings, with a completion timeframe of 90 days post-order. This initiative is crucial for modernizing the workspace in accordance with federal guidelines and enhancing operational efficiency within the facility. Interested small businesses must submit their quotes by September 20, 2024, following a mandatory site visit on September 10, 2024, and can direct inquiries to Richard Jensen at richard.jensen.5@us.af.mil or Jaison Saavedra at jaison.saavedra@us.af.mil.
    Medium Shelters - Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of two Medium Shelter Systems to be delivered to Tyndall Air Force Base in Florida. These shelters, measuring 52 feet long by 29.5 feet wide and 15 feet high, are designed for military use and will replace older general-purpose options, offering enhanced protection, lower maintenance costs, and improved space efficiency. The shelters are constructed from durable materials, allowing for rapid assembly and compatibility with existing systems, making them essential for various operational environments. Interested vendors must submit their quotes by 1:00 PM CST on September 24, 2024, to the designated contacts, A1C Fernando Yahir Zamora Amezcua and TSgt Justin Merritt, with all submissions adhering to federal regulations and including necessary compliance documentation.
    Fuel Systems Maintenance Dock (FSMD) Joint Base Langley Eustis, Hampton, Virginia
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a new Fuel Systems Maintenance Dock (FSMD) at Joint Base Langley Eustis in Hampton, Virginia. This project involves the development of a 26,749 square foot hangar designed to accommodate two F-22A aircraft, ensuring safe and efficient maintenance activities while providing necessary support spaces such as administration, storage, and utilities. The facility is critical for maintaining operational readiness of the F-22A aircraft and will feature modern design elements, including natural lighting and acoustical treatments to mitigate noise from the nearby flight line. Interested contractors can reach out to Nicholas Lizotte at Nicholas.Lizotte@usace.army.mil or Katelyn Vance at katelyn.vance@usace.army.mil for further details, with the solicitation amendment posted on July 1, 2024.
    MHMV210015 Alter B737 and B733 Munitions Area
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the alteration of the B737 and B733 Munitions Area at Kirtland Air Force Base in New Mexico. The project involves minor interior renovations of two buildings, with an estimated construction magnitude between $1,000,000 and $5,000,000. This procurement is critical for maintaining operational readiness and ensuring the facilities meet current standards. Interested contractors should note that the bid submission deadline has been extended to September 23, 2024, with bids to be submitted electronically, and all inquiries must be made within 15 days of the solicitation release. For further details, contact Kelly McGrath at kelly.mcgrath.1@us.af.mil or call 505-846-3707.