Modular/Mobile Trailer Leasing and Support Services BPA
ID: FA481424Q0008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4814 6 CONS PKTAMPA, FL, 33621-5119, USA

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)

PSC

LEASE OR RENTAL OF EQUIPMENT- PREFABRICATED STRUCTURES AND SCAFFOLDING (W054)

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 qualified contractors to provide Modular/Mobile Trailer Leasing and Support Services through a Blanket Purchase Agreement (BPA) at MacDill Air Force Base in Florida. The procurement aims to deliver turnkey modular facility solutions, including site preparation, design, installation, maintenance, and removal of temporary facilities to support command and control activities during building changes. This initiative is crucial for ensuring operational continuity and accommodating personnel needs effectively. Interested small businesses must submit their quotations by September 12, 2024, with a total funding ceiling of $9,999,999.99 for the performance period from October 1, 2024, to September 30, 2029. For further inquiries, contact Jason Wilkin at Jason.Wilkin.2@us.af.mil or call 813-828-1674.

    Point(s) of Contact
    Files
    Title
    Posted
    The Modular/Mobile Trailer Leasing and Support Services Blanket Purchase Agreement (BPA) outlines requirements for providing temporary facilities at MacDill Air Force Base, FL, to support command and control activities and accommodate personnel during building changes. Contractors must deliver, install, maintain, and ultimately dismantle the modular units while ensuring they meet specific performance standards and site conditions, including weather-tightness and accessibility. Corrective actions for maintenance failures and service requests are clearly defined, with requirements for prompt responses to emergencies. The BPA specifies strict adherence to federal, state, and military regulations, including those concerning hazardous materials. Additionally, it details the contractor's quality control measures, including regular inspections and documentation to monitor compliance with standards. A defined solicitation process is established, allowing for competitive awards capped at $9,999,999.99 over five years. Contractor personnel must undergo background checks for base access, emphasizing security and adherence to entry requirements, including vehicle regulations. This BPA serves to streamline operations and ensure contractors provide compliant, effective support for the military’s needs at MacDill AFB.
    The provided document outlines a Contract Line-Item Number (CLIN) schedule for a sample project focused on leasing modular office, storage, and restroom facilities. The purpose is to solicit bids from offerors to fulfill specific facility requirements within stipulated timelines. Key items include the setup of a modular office, leasing new and refurbished modular office facilities to accommodate varying numbers of personnel, and leasing modular storage and restroom units. Each item includes quantitative aspects, such as quantities, leasing durations (12, 6, and 3 months), and configuration specifics determined by the offeror. Additionally, the project includes a tear-down phase required within 45 days of notification. This document serves as a framework for federal, state, and local RFPs, aiming to facilitate effective procurement while maintaining clear expectations for service delivery and operational setup. The structure prioritizes clarity in the description of needs, fostering competitive responses from potential contractors.
    The document outlines the terms and conditions for a Blanket Purchase Agreement (BPA) that allows authorized holders to provide modular/mobile facility solutions to the government from October 1, 2024, to September 30, 2029, with a total maximum expenditure of $9,999,999.99. The BPA covers various services including the leasing of modular offices, restrooms, storage, and related site preparation and maintenance tasks. Pricing is structured to ensure that the government pays equal to or lower than the supplier's best customer rates, with specific considerations for variable and maintenance costs. There are limits on purchase amounts, with GPC holders restricted to $25,000 per transaction. The BPA may be canceled by the government with a 30-day notice. Invoices for services rendered must adhere to specified procedures. Overall, the BPA framework is designed to facilitate efficient and cost-effective procurement of essential temporary facility solutions in compliance with government regulations.
    The document outlines an architectural site plan detailing the installation requirements for office trailers and storage containers at a specified location. It specifies the size and number of units to be installed by third parties: two office trailers (10 ft x 36 ft), one 40 ft x 10 ft storage container, and one 20 ft x 10 ft storage container. Key aspects also include a detailed site layout, a scaling guide (1"=50'), and orientation indicators like a north arrow. The plan serves as a reference for stakeholders involved in the preparation and execution of the project, ensuring compliance with installation standards and efficient site management. This document likely supports related federal grant or RFP processes by providing essential logistical details for bidders and contractors.
    The document outlines the Wage Determination No. 2015-4571 for contracts governed by the Service Contract Act (SCA), specifically for Florida's Hernando, Hillsborough, Pasco, and Pinellas counties. It mandates that contractors pay covered workers at least the minimum wage rates specified by either Executive Order 14026 or Executive Order 13658, depending on the contract award date. The current wage for jobs in 2024 is set at $17.20 per hour under EO 14026 or $12.90 per hour under EO 13658. The document provides a detailed list of various occupations under the SCA, including specific wage rates and required fringe benefits, such as health and welfare contributions, vacation time, and holidays. It includes guidance for contractors on how to classify any unlisted occupations and navigate the conformance process for wage rates and job classifications. The emphasis on compliance with regulations under the SCA and executive orders is paramount to ensure fair compensation and worker protections. Overall, the document serves as an essential resource for government contractors, clarifying legal wage obligations and ensuring adherence to labor standards for federal contracts.
    The document outlines the solicitation number FA481424Q0008 for federal contracting, detailing various clauses relating to government procurement processes. Key clauses include requirements for the unique identification of items, whistleblower rights, safeguarding against cyber incidents, and limitations on business with certain regimes. Specific regulations emphasize compliance with standards like NIST SP 800-171, ensuring that contractors disclose potential conflicts, uphold labor rights, and submit required documentation through the Wide Area Workflow (WAWF) system for payment processes. The solicitation also addresses the inclusion of representations and certifications concerning business ownership types, such as small, veteran-owned, and women-owned businesses, and emphasizes responsibilities regarding federal tax obligations and child labor laws. Overall, this document serves to inform potential bidders about compliance requirements, contractual obligations, and the evaluation process necessary for submitting offers to the government.
    The document serves as a Question/Comment Matrix for the federal procurement request FA481424Q0008. It is designed to capture inquiries and remarks from offerors related to the solicitation process. Although the content is minimal, it highlights the interactive nature of RFPs, where potential bidders can seek clarifications regarding the requirements and submission criteria outlined in the request. This open dialogue is crucial for ensuring that all parties have a clear understanding of the expectations, thus promoting fair competition and informed proposals. The matrix format indicates a structured approach to addressing concerns or questions, facilitating an organized flow of communication between the government and prospective contractors. Overall, this document underscores the importance of transparency and engagement in the federal contracting process.
    The Departments of the Air Force, specifically the 6th Air Refueling Wing at MacDill AFB, Florida, issued a Request for Quotation (RFQ) for Modular/Mobile Trailer Leasing and Support Services. This RFQ, designated as FA481424Q0008, is aimed at establishing multiple Blanket Purchase Agreements (BPAs) primarily for Service-Disabled Veteran Owned Small Businesses, with a total program ceiling of nearly $10 million for the provision of temporary modular facilities. The performance period spans from October 1, 2024, to September 30, 2029. Vendors will be evaluated on technical compliance and pricing, with an emphasis on offering competitive rates. The request outlines various modular structures required, including offices, restrooms, and site support services. Interested parties must submit their quotations by September 12, 2024, following specific instructions for formatting, content, and electronic submission. The document emphasizes sufficient detail to enable effective evaluation while clarifying that the government reserves the right to award more or fewer than the anticipated number of BPAs. Overall, this solicitation underscores the government’s commitment to engage small businesses in fulfilling operational needs while promoting fair competition.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Modular Office Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the provision of a Modular Office Trailer at Fort Bliss, Texas. The contractor will be responsible for delivering a fully operational trailer equipped with utility hookups for water, sewer, and electrical services, along with 35 desks and chairs, and separate latrine facilities for male and female personnel. This procurement is critical for supporting the operational needs of the Joint Task Force North (JTFN) and ensuring compliance with federal regulations and safety standards. The anticipated period of performance spans from September 27, 2024, to September 30, 2027, with a competitive set-aside for Women-Owned Small Businesses (WOSB). Interested parties should direct inquiries to Erik Montgomery at erik.montgomery.10@us.af.mil or Callie M. Spencer at callie.spencer.1@us.af.mil, and must be registered in the System for Award Management (SAM.gov) to participate.
    Mobile Medical Trailer, Columbus AFB, MS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of a mobile medical trailer at Columbus Air Force Base, Mississippi. This mobile facility is designed to enhance healthcare access by providing two treatment rooms, a portable sink, and workspace for medical providers, thereby supporting the Operational Support Team's mission to deliver focused healthcare interventions in high-risk units. The trailer must comply with Joint Commission standards and is intended to optimize medical operations while reducing the need for facility upgrades. Interested vendors must submit their proposals, including a technical capability statement and price schedule, via email by 9:00 AM CST on September 20, 2024, with questions due by 1:00 PM CST on September 17, 2024. For further inquiries, contact Nina M. Jones at nina.jones.2@us.af.mil or Lauren E. Rodgers at lauren.rodgers.5@us.af.mil.
    F-16 Gun Maintenance Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of an F-16 Gun Maintenance Trailer, which is essential for maintenance operations on the F-16's 20MM Gun System at Homestead Air Reserve Base. The trailer must be designed to provide a stable working platform, featuring a split deck design that allows maintenance without removing external fuel tanks, and must include storage compartments and a crane rated for 300 pounds. This procurement is critical for ensuring operational safety and efficiency in military maintenance tasks, with a total small business set-aside and an anticipated award date no later than September 30, 2024. Interested vendors should submit their quotes to Contracting Officer Gleybis Carrera at gleybis.carrera.1@us.af.mil by the revised due date of September 17, 2024, at 9:00 AM EST.
    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 is required to provide a restroom trailer with four to six stalls, equipped 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 crucial for maintaining sanitation standards during the renovation, ensuring a safe and hygienic environment for personnel. Interested vendors must submit their proposals electronically, adhering to the specified 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.
    Modular Rest Area Purchase/Installation
    Active
    Dept Of Defense
    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.
    82 SFS Military Working Dog Trailer
    Active
    Dept Of Defense
    The Department of Defense, through the 82d Contracting Squadron, is seeking quotes for the procurement of a 6-Dog Compartment Trailer to support the K-9 Unit at Sheppard Air Force Base in Texas. The trailer must meet specific military standards, ensuring the safety and comfort of the dogs during transport, with features such as climate control, secure compartments, and durable construction. This opportunity is set aside for small businesses under NAICS code 336214, with a response deadline of September 18, 2024, at 1:00 PM CST. Interested vendors should submit their quotes via email and direct any questions to the primary contacts, Frank Gillen and Justin Tomlinson, by September 16, 2024.
    4-Stall Bathroom/Shower Trailer
    Active
    Dept Of Defense
    The Department of Defense, through the 159th Fighter Wing, is soliciting proposals from small businesses for the procurement of a 4-Stall Mobile Bathroom/Shower Trailer. The trailer must be constructed to meet local and federal regulations, featuring high-quality materials and a design that ensures individual privacy for each station, with specific plumbing requirements for both potable and wastewater handling. This mobile facility is crucial for supporting military operations, providing essential hygiene services to personnel. Interested vendors must submit their quotes by September 19, 2024, at 10:00 AM CST, and can direct inquiries to Derek Moller at 504-391-8370 or via email at 159.FW.FAL.MSC.Contracting@us.af.mil.
    Alaska Shelters - Tyndall AFB
    Active
    Dept Of Defense
    The Department of Defense, through the 325th Contracting Squadron, is soliciting quotes for the procurement of Alaska Small Shelter Systems and associated components at Tyndall Air Force Base in Florida. The requirement includes 15 small shelter systems, covers, universal liners, guy ropes, and wood crates, all specified to meet the standards outlined in AFH10-222 Volume 2. These shelters are crucial for various operational needs, providing versatile and efficient temporary structures for billeting, work areas, and storage. Interested vendors must submit their quotes, including detailed product specifications and pricing, by September 24, 2024, to the designated contracting officers, A1C Fernando Zamora Amezcua and TSgt Justin Merritt, via the provided email addresses.
    MUNS Mobility Tents
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of three mobility tents to support the 3 MUNS Combat Plans and Training at Joint Base Elmendorf-Richardson (JBER), Alaska. The required tents must be rapidly deployable, all-weather shelter systems capable of accommodating sensitive equipment and facilitating maintenance activities in austere environments. These shelters are critical for ensuring operational readiness during Agile Combat Employment (ACE) operations, with specifications emphasizing quick setup, portability, and resilience against diverse weather conditions. Interested vendors must submit their quotes by September 18, 2024, and can direct inquiries to William Gentry at william.gentry.8@us.af.mil or Beau Burton at beau.burton@us.af.mil. This procurement is set aside for small businesses under NAICS code 332311, with a size standard of 750 employees.
    Building 2008 Furniture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide modular furniture for Building 2008 at Joint Base San Antonio (JBSA) Lackland, Texas. The project entails the complete removal of existing furniture, installation of new workstations, and the establishment of a network infrastructure, including fiber and copper communication cables, with a completion deadline of August 27, 2024. This procurement is crucial for enhancing workspace functionality and ensuring compliance with Department of Defense standards, thereby fostering a modern and efficient work environment. Interested small businesses must submit their quotes by September 17, 2024, and are encouraged to attend a site visit on September 10, 2024; for further inquiries, they can contact Richard Jensen at richard.jensen.5@us.af.mil or Laura Herring at laura.herring.2@us.af.mil.