AIR AND SPACE EXPO PARKING AND TRAFFIC MANAGEMENT PLAN
ID: FA468624Q0531Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4686 9 CONS PKPBEALE AFB, CA, 95903-1702, USA

NAICS

All Other Support Services (561990)

PSC

OPERATION OF PARKING FACILITIES (M1LZ)

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 seeking a qualified contractor to develop and implement a comprehensive Parking and Traffic Management Plan for the Beale AFB Air and Space Expo scheduled for June 6-8, 2025. The contractor must possess recent experience managing large-scale military events, with the capability to oversee approximately 12,000 parking spaces and ensure efficient traffic flow for an expected 30,000 attendees, while adhering to stringent security requirements. This procurement is critical for ensuring the safety and operational efficiency of the event, which necessitates coordination with local authorities and security forces. Interested small businesses must submit their proposals, including technical, past performance, and pricing volumes, by the specified deadline, and are encouraged to direct inquiries to the designated contacts, SSgt Kyle Thacker and Teresa Perez, via email before September 6, 2024.

    Files
    Title
    Posted
    The Performance Work Statement for the Beale AFB Air and Space Expo outlines the requirement for a contractor to manage parking and traffic logistics during the event scheduled for June 6-8, 2025. The contractor must have recent experience managing large-scale military events, effectively overseeing approximately 12,000 parking spaces and ensuring smooth traffic flow for around 30,000 attendees. Responsibilities include developing an Event Logistics Plan (ELP), training volunteers, coordinating with Security Forces and local law enforcement, and ensuring compliance with security measures. The contractor is tasked with conducting a site survey, traffic flow analysis, and delivery of planned documents prior to the event date. Emphasis is placed on the need for effective communication and emergency response procedures to manage potential incidents during the air show. The contractor’s performance will be evaluated through established objectives and deliverables, ensuring operational efficiency and safety throughout the event. This document serves as a formal solicitation for bids from contractors skilled in complex event logistics, reflecting the government's emphasis on strategic planning and security at military installations.
    The document outlines the solicitation instructions for offerors regarding a federal Request for Quote (RFQ), specifically aligning with FAR 52.212-1 instructions for commercial items. It emphasizes that proposals must be timely, comprehensive, and adhere to specified deadlines, including a deadline for inquiries set for September 6, 2024. Offerors are required to submit three separate volumes: Technical, Past Performance, and Price. The Technical Volume must demonstrate a clear understanding of the project requirements and include a management plan detailing logistics, staffing, and risk mitigation strategies. Past Performance evaluations will be based on previous contracts of similar complexity, while the Price Volume requires proposals in fixed whole dollar amounts. The government will assess prices for reasonableness but will not score them. The document highlights the importance of compliance with the proposal instructions to avoid disqualification and mandates registration in the System for Award Management (SAM) for eligibility. Overall, it serves as a detailed guide for potential contractors to ensure their proposals meet all criteria for consideration.
    The document outlines the evaluation process for a Federal Acquisition Regulation (FAR) solicitation focusing on the acquisition of commercial items and services. It emphasizes that the government seeks the best value for contracts, which will be awarded based on criteria including technical merit, past performance, and price. The evaluation consists of a firm-fixed price contract, where offers must conform to specified requirements. The evaluation begins with a technical assessment, determining if proposals meet minimum requirements. Only those deemed "acceptable" advance to past performance and price evaluation. Past performance will be gauged through historical data, while price proposals must be fair and reasonable, with thorough assessments to avoid unbalanced pricing. Offerors can be engaged in interchanges, allowing informal discussions to clarify proposals, but the government prefers to award contracts without these interactions. Ultimately, the government retains discretion to select an offer that may not be the lowest priced if higher past performance warrants the additional cost. This comprehensive evaluation framework ensures that contracts are awarded to responsible offerors capable of fulfilling the government’s needs effectively.
    The document is a Past Performance Questionnaire utilized by the 9th Contracting Squadron to assess contractors during federal procurements. It captures critical information about the contractor, including company name, project details, performance period, contract specifics, and assessing official contact information. Evaluation areas encompass quality of product or service, adherence to schedule, cost control, business relations, management of personnel, reliability, customer support, overall performance, and other relevant metrics. Each area is assessed using a rating scale ranging from "Unsatisfactory" to "Exceptional." Additionally, the questionnaire allows the assessing official to provide comments and an assertion of relevancy regarding the contractor's past performance. This document, structured to facilitate a thorough evaluation of contractor performance, is essential in ensuring that federal grants and RFP processes maintain accountability and transparency in governmental contracting. It emphasizes the importance of detailed assessments to support decision-making in awarding future contracts.
    This document serves as a wage determination under the Service Contract Act (SCA) by the U.S. Department of Labor, detailing minimum wage rates and fringe benefits for various occupations in California, specifically in Sutter and Yuba counties. Effective from July 22, 2024, it stipulates that contracts initiated or renewed after January 30, 2022, must meet the Executive Order (EO) minimum wage of $17.20 per hour, with varying rates depending on the occupation. The file includes specific wage rates for numerous job titles across categories like administrative support, automotive services, food preparation, and healthcare. In addition, it outlines benefits such as paid vacation, holidays, and health and welfare contributions, emphasizing compliance requirements. For unlisted occupations, a conformance process must be followed to determine fair compensation, ensuring all employees receive mandated pay. Overall, the document reflects the government’s ongoing effort to uphold labor standards and protect employees engaged in federal contracts, aligning with broader objectives of fair wage practices within government procurement processes.
    The Department of the Air Force at Beale Air Force Base has issued a Request for Quote (RFQ) for a comprehensive Parking and Traffic Management Plan in anticipation of the Air and Space Expo. This solicitation, designated FA468624Q0531, is targeted specifically to small businesses and includes a firm-fixed price contract for conducting site visits and executing performance objectives as outlined in the accompanying Performance Work Statement (PWS). The solicitation process is regulated under federal acquisition guidelines, and interested offerors must be registered in the System for Award Management (SAM). To facilitate the procurement process, quotes must be submitted by the specified deadline, with inquiries accepted until a designated date. The RFQ also mandates compliance with numerous FAR clauses and certifications related to business operations, including representations regarding size standards, environmental compliance, and the use of certain telecommunication technologies. The evaluation criteria for awarding the contract will factor in technical acceptability, past performance, and pricing, stressing the importance of meeting established requirements to ensure a successful event and compliance with federal standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    KAFB CY25 Air Show - Ground Boss
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide Ground Boss services for the CY25 Kirtland Air Force Base (KAFB) Open House Air Show scheduled for May 30 to June 1, 2025. The contractor will be responsible for directing aircraft on the ground, overseeing aircraft servicing, and managing logistical coordination to ensure the event's success, as outlined in the Statement of Work (SOW). This procurement is crucial for the effective management of air show logistics, emphasizing safety and operational efficiency within a military context. Interested parties must submit their quotes by September 23, 2024, with all proposals contingent upon the availability of appropriated funds, and should direct inquiries to Dakota Powell at dakota.powell@us.af.mil or Tyler Hatfield at tyler.hatfield.2@us.af.mil.
    KAFB CY25 Air Show - Air Boss
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide essential services for the CY25 Kirtland Air Force Base (KAFB) Air Show, scheduled for May 31 to June 1, 2025. The procurement includes roles for an Air Boss, Announcer, and Audio Support services, all of which are critical for ensuring the safety and effective communication during the event, as outlined in the Statement of Work (SOW). This opportunity emphasizes the importance of experienced personnel in managing air operations and audience engagement at large-scale public events. Interested parties must submit their quotes by September 23, 2024, and can direct inquiries to Dakota Powell at dakota.powell@us.af.mil or Samantha Weller at Samantha.Weller.1@us.af.mil, with the understanding that the contract is contingent upon the availability of appropriated funds.
    DRAFT - USAFA Event Support Request For Quote
    Active
    Dept Of Defense
    The U.S. Air Force Academy requires professional event support services for its Athletic Department and special events, emphasizing crowd control, patron access management, and traffic flow at sports venues and ceremonies. This combined synopsis and solicitation outline the need for a reliable contractor to ensure efficient and secure operations. The Academy seeks detailed past performance information from vendors, focusing on their ability to manage diverse event requirements. Contractors must provide comprehensive citations showcasing their experience and a robust understanding of federal regulations, especially the Service Contract Act. Event support services are vital for the USAFA's reputation as a "world-class institution," enhancing the spectator experience at sporting events while maintaining safety and security. The procurement's emphasis on contractor compliance and a best-value determination highlights the importance of a thorough understanding of federal regulations and a strong track record of successful event management. This 100% Small Business 8(a) set-aside contract is expected to run for one year, with four option years and a potential six-month extension, offering a substantial opportunity for qualified vendors. Interested parties should contact Melinda Lingley or Kenneth Helgeson for further details.
    USAFA Request for Quote: Event Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the United States Air Force Academy (USAFA), is seeking qualified small businesses to provide Event Support Services for various athletic and special events. The procurement aims to engage a Service Provider (SP) responsible for managing logistics, access control, patron screening, and post-event evaluations for approximately 27 intercollegiate sports programs and other significant occasions, including graduation ceremonies. This initiative is crucial for maintaining high standards of event management and ensuring the safety and satisfaction of attendees at USAFA events. Interested vendors must submit their quotes by September 27, 2024, and are encouraged to direct any inquiries to Melinda Lingley at melinda.lingley@us.af.mil or Kenneth Helgeson at kenneth.helgeson.3@us.af.mil, with a site visit scheduled for September 5, 2024.
    Paris Air Show 2025 Exhibit Build
    Active
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is seeking proposals for the design and construction of its exhibit booth at the Paris Air Show 2025. This non-personal services contract requires the contractor to deliver comprehensive exhibit build services, including design, construction, and on-site support, in alignment with the Performance Work Statement and federal compliance regulations. The booth aims to promote DoD Security Cooperation programs and facilitate high-level bilateral meetings during the event scheduled for June 16-22, 2025. Proposals are due by 2 PM on September 20, 2024, and must remain valid for 120 days; interested parties can contact Jerome Doe at jerome.n.doe.civ@mail.mil or Courtney Applewhite at courtney.s.applewhite.civ@mail.mil for further information.
    USSF Partnership Event Venue, National Capitol Region, Amendment 0002
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is soliciting proposals for an event space to host a two-day partnership event for the U.S. Space Force (USSF) Space Delta 13 in the National Capital Region. The venue must accommodate approximately 350 attendees and provide essential services, including breakout rooms, a conference space, and comprehensive audiovisual and IT support, as detailed in the Statement of Requirements. This procurement is a 100% small business set-aside, emphasizing the government's commitment to utilizing small businesses in service contracts while maintaining competitive bidding processes. Interested contractors must submit their quotes by September 18, 2024, at 4:30 PM CDT, and ensure they are registered in the SAM database to be eligible for evaluation. For further inquiries, contact SSgt Drew Matter at drew.matter@us.af.mil or Mr. Jeremy Kersey at jeremy.kersey.1@us.af.mil.
    IFB - Beale AFB - Aircrew Readiness Facility Addition and Renovation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the construction and renovation of the Aircrew Readiness Facility at Beale Air Force Base in California. This project involves the addition of a 4,596 square foot facility, including restrooms, crew quarters, and service rooms, as well as the renovation of approximately 1,961 square feet of existing space to support aircrew operations. The initiative is crucial for enhancing military readiness and operational efficiency, ensuring compliance with Department of Defense standards and safety regulations. Interested HUBZone small businesses must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) by September 18, 2024, with a total estimated project cost between $5 million and $10 million. For further inquiries, contractors can contact Adam Brooks at adam.m.brooks@usace.army.mil or by phone at 502-315-7049.
    Repair Vehicle Access Gate
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the repair of an automatic vehicle access gate at the Fresno Air National Guard Base. The project requires contractors to provide all necessary personnel, equipment, and materials to execute the repairs as outlined in the Performance Work Statement, which includes replacing existing traffic loops and ensuring compatibility with the ADVANTOR access system. This procurement is critical for maintaining security and operational efficiency at the base, with the contract set aside exclusively for small businesses under the SBA guidelines, and a total estimated value of approximately $22 million. Interested parties must submit their quotes electronically by September 20, 2024, and can direct inquiries to the 144th Contracting Office at 144.FW.FAL.MSC.Contracting@us.af.mil or by phone at (559) 454-5129.
    BBEC Iron Gate Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the BBEC Iron Gate Replacement project at Keesler Air Force Base in Biloxi, Mississippi. The project involves the installation of a new steel loading dock gate and an aluminum ramp gate, designed to withstand various weather conditions, with specific dimensions and operational requirements outlined in the solicitation documents. This procurement is crucial for maintaining facility operations and safety standards, with an estimated construction budget between $25,000 and $100,000, and is set aside exclusively for small businesses. Interested contractors must attend a mandatory site visit on September 2, 2024, and submit their proposals by the specified deadlines, with further inquiries directed to SrA Andrew Evitts at andrew.evitts.1@us.af.mil or Tiffany Aultman at tiffany.aultman@us.af.mil.
    Large Air Compressor System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement and installation of a Large Air Compressor System at Beale Air Force Base in California. The project requires the delivery and installation of two oil-less compressors with specific technical specifications, including a 15 hp, 460v motor, and features such as automatic water drainage and ambient temperature sensors. This procurement is critical as the existing compressor has been out of operation for approximately six months, impacting operational capabilities. Interested small businesses must submit their quotes by September 16, 2024, and are encouraged to attend a contractor site visit on August 29, 2024. For further inquiries, potential bidders can contact SSgt Korey Sarantopoulos at korey.sarantopoulos.1@us.af.mil or David Wadkins at david.wadkins@us.af.mil.