Whiteman Runway Weather Information System (RWIS) Service
ID: FA462524Q1007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4625 509 CONS CCWHITEMAN AFB, MO, 65305-5344, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS (J052)

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 small businesses to provide maintenance, repair, and data hosting services for the Runway Weather Information System (RWIS) at Whiteman Air Force Base in Missouri. The contractor will be responsible for ensuring the operational efficiency of the Vaisala RWIS, which was installed in September 2023, by performing routine maintenance, emergency service calls, and adhering to manufacturer specifications. This system is crucial for monitoring weather and runway surface conditions, enabling timely responses to inclement weather and ensuring safe airfield operations. Quotes are due by September 17, 2024, and interested parties should direct inquiries to Greta Balmeo or Tammie Clippert at the provided contact information.

    Files
    Title
    Posted
    The performance work statement (PWS) for the 509 Civil Engineer Squadron outlines the requirements for maintaining the Runway Weather Information System (RWIS) at Whiteman Air Force Base. The contractor will ensure the operational efficiency of the Vaisala RWIS, installed in September 2023, by providing necessary services, materials, personnel, and part replacements for the weather monitoring system. Specific responsibilities include the maintenance of sensors, power units, and overall system components according to manufacturer specifications. Key contractor obligations entail obtaining proper certifications for personnel, adhering to security protocols for base access, executing service calls effectively, and submitting timely reports and invoices. Preventive maintenance will be performed biannually, alongside additional work authorized through service orders as needed. The PWS emphasizes stringent quality assurance through performance monitoring, including customer complaint resolution and contractor identification requirements. The contract spans one base year with four optional years, mandating adherence to federal, state, and local regulations. In summary, this document serves to ensure continuous operational readiness of the RWIS, critical for managing runway conditions during inclement weather at Whiteman AFB.
    The document outlines the solicitation FA462524Q1007 for federal government contractors, incorporating various clauses that define requirements and guidelines for submissions. It details terms related to contracting responsibilities, compensation, information security, subcontracting, and compliance with federal regulations. Key clauses address payment processing through the Wide Area Workflow system, limitations on government obligations regarding contract funding, and factors for evaluating contractor proposals, including price, technical capability, and past performance. The document emphasizes the importance of certifications related to business operations, such as compliance with environmental standards and restrictions linked to sensitive technology and foreign business relations. Additionally, it mandates disclosures about greenhouse gas emissions for companies exceeding federal contract thresholds. The provisions serve to ensure transparency, accountability, and compliance with legal mandates in government contracting, reinforcing the significance of following established guidelines to facilitate fair competition and protect government interests in the procurement process.
    The document primarily encompasses details regarding government RFPs (Requests for Proposals), federal grants, and RFPs issued at state and local levels. It outlines the structured process surrounding the proposal submissions and evaluative criteria, emphasizing compliance with specific guidelines set forth by governmental entities. Key points include the necessity of thorough documentation, budget adherence, and alignment with federal and state mandates for funding eligibility. The framework illustrates the steps involved in the proposal lifecycle from development to submission, assessing criteria such as relevancy, cost-effectiveness, and impact on targeted communities. Furthermore, it stresses the importance of timelines and formatting requirements to streamline evaluations and facilitate funding allocation. The overarching theme reflects a commitment to transparency, accountability, and the responsible use of public funds in project execution. Overall, the document serves as a comprehensive guide for potential applicants to navigate the federal and state grant landscape effectively while ensuring all necessary precautions are followed in their proposals.
    The document pertains to solicitation FA462524Q1007 for a Runway Weather Information System (RWIS) under federal government RFPs. It outlines various line item categories (CLIN) for services related to the RWIS, including routine service calls, emergency service calls, additional work orders, preventative maintenance, and data hosting services. Each category indicates a quantity, unit, and cost, with all items listed at $0.00, suggesting the document may serve as a template or initial proposal rather than an actionable budget. The document also includes an acknowledgment section for amendments made to the solicitation, requiring a signature from an authorized company representative. This indicates compliance and agreement with any changes to the initial request. Overall, this file is structured to facilitate the bidding process for a specific government contract, detailing expected services and allowing for amendments, establishing a clear framework for vendors interested in submitting proposals. The emphasis on $0.00 costs suggests potential negotiations or further documentation may follow.
    The document presents a Single Source Justification for the maintenance of the Runway Weather Information System (RWIS) at Whiteman Air Force Base. The contracting officer, Tammie Clippert, identifies this as a necessary action under existing federal regulations, citing that the RWIS equipment is proprietary to the manufacturer, Vaisala. Maintenance can only be performed by certified personnel to avoid voiding warranties and damaging the system. Despite this proprietary nature, the officer anticipates receiving competitive offers from multiple certified vendors. Market research confirmed the availability of certified Vaisala partners, ensuring responsible performance. The justification indicates a recognition that the proprietary requirement will likely persist, yet sufficient competition exists among certified partners. The overall aim is to ensure the effective and safe maintenance of critical airfield weather systems while adhering to procurement regulations.
    The 509th Contracting Squadron of the Air Force Global Strike Command is seeking sources for the maintenance, repair, and data hosting of a Runway Weather Information System (RWIS) at Whiteman AFB. As part of the competitive selection process, the evaluation of proposals will include an assessment of the offerors' past performance on similar contracts. A detailed questionnaire is provided, which organizations with experience in working with the offerors are requested to complete and submit by September 12, 2024. The responses will contribute to the source selection records. The questionnaire includes sections for contract identification, customer information, respondent identification, and performance ratings based on various criteria such as timely work completion, quality, safety practices, and overall performance. The timely return of the questionnaire is essential for the timely completion of the selection process, as emphasized by the contracting officer, Tammie Clippert. The document underscores the importance of past performance in the source selection and aims to ensure a reliable and effective contractor for the RWIS project at Whiteman AFB.
    The document outlines a combined synopsis and solicitation (RFQ FA462524Q1007) for small businesses providing Runway Weather Information System (RWIS) maintenance, repair, and data hosting services. The solicitation specifies that funds are not currently available, and no award will occur until funding is secured. The RFQ is governed by federal acquisition regulations, including Simplified Acquisition Procedures, with evaluation based on price, technical capability, and past performance. Bidders are required to provide a complete Price Schedule and details of their technical approach and quality control plans, along with references of similar past projects. Quotes are due by September 17, 2024, and all submissions must comply with strict formatting guidelines. The document emphasizes the importance of thorough and precise proposals, as the government plans to award a contract without discussions unless deemed necessary. Additionally, vendors must be registered in the System for Award Management (SAM) and comply with provisions and clauses set forth by federal regulations. This solicitation demonstrates the government’s focus on obtaining specific maintenance services while supporting small business participation in federal contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    COB RF/Conduit Install
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of shielded RF cables and conduit at Whiteman Air Force Base, Missouri. The contractor will be responsible for providing all necessary labor, equipment, and materials to install RF cables from the ACS lab patch panel to the roof cabinet in building 38, in support of B-2 operations. This project is critical for enhancing communication systems within military operations, ensuring operational readiness and compliance with RF regulations. Interested small businesses must submit their quotes by September 18, 2024, at 3:00 PM CST, to the designated contacts, with all submissions requiring a validity period of 60 days and adherence to federal acquisition regulations.
    Air/Nitrogen Systems Maintenance BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for semi-annual maintenance and emergency repair services for air and nitrogen systems at Whiteman Air Force Base in Missouri. The procurement aims to ensure the operational efficiency and safety of critical equipment, including Compress Air Systems, Nitrogen Generation Systems, and Air Dryers, through routine inspections and maintenance. The BPA will be effective for one year, with a total call ceiling of $1 million, allowing individual orders up to $25,000 to be paid via Government Purchase Card, while larger orders will require approval through the Wide Area Workflow system. Interested vendors must submit their offers by October 1, 2024, and are encouraged to attend a site visit on September 16, 2024, for which prior registration is required. For further inquiries, vendors can contact Lt Joshua Sturgill at joshua.sturgill.2@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil.
    Request for Information - Systems to collect Airfield Geometrics
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify systems capable of collecting detailed airfield geometric data essential for operational purposes. The primary objective is to gather information on systems that can accurately measure surface gradients, elevations, and obstacles in various operational areas, including landing zones and refueling points, particularly in GPS-denied environments. This initiative is crucial for enhancing operational readiness and safety in challenging environments, as existing devices have been deemed outdated. Interested vendors are encouraged to submit their capabilities and relevant experience by October 7, 2024, to Jamie Sclafani at jamie.sclafani@us.af.mil, as the information gathered will inform future acquisition strategies.
    ROBOTIC SYSTEMS SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Robotic Systems Services to support the maintenance and repair of government-owned robotic systems at Robins Air Force Base in Georgia. The contractor will be responsible for providing technical expertise, training, engineering support, parts, and materials to ensure the effective functioning of up to 70 robotic systems, with the goal of minimizing downtime and enhancing operational efficiency. This procurement is a Total Small Business Set-Aside, with an estimated contract value of approximately $12.5 million, and proposals are due by September 23, 2024. Interested parties can contact Michele Watts at michele.watts.1@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further information.
    Whiteman AFB - Qubica HyperBowling System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a Qubica HyperBowling System for Whiteman Air Force Base in Missouri. This combined synopsis/solicitation aims to acquire an interactive lane bumper system that enhances recreational facilities, requiring the selected vendor to provide installation, training, and support for the equipment. The procurement is a total small business set-aside, with a due date for quotes set for September 16, 2024, at 3:00 P.M. CST. Interested vendors should direct their inquiries and submissions to Mr. Brandan Palma at brandan.palma@us.af.mil or Nico Montero at nico.montero@us.af.mil, ensuring compliance with all outlined provisions and clauses.
    Compact and Outdoor Antenna and Radome Ranges
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the calibration and preventive maintenance of compact indoor and outdoor antenna/radome test facility equipment at Robins Air Force Base in Georgia. The contractor will be responsible for providing all necessary parts, labor, equipment, materials, travel, and services to support the Electronic Maintenance Group (EMXG), covering multiple ranges including Ranges 1-5, 9, and ALM-266, with ALM-266 requiring preventative maintenance only. This procurement is a sole source requirement directed to NSI-MI Technologies, Inc., with plans for a Firm-Fixed Price (FFP) contract for one base year and four option years, anticipated to be awarded around September 23, 2024. Interested parties may express their interest and capability to respond, but no foreign companies will be permitted to participate; inquiries can be directed to Claudette Macneil at claude.macneil@us.af.mil or Michele Watts at michele.watts.1@us.af.mil.
    MABSM Implementation and Sustainment for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the implementation and sustainment of the Maintenance Business System Modernization (MABSM) program for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups. This procurement aims to support the Maintenance, Repair, and Overhaul (MRO) applications, which are critical for managing the entire Depot process from asset induction to sale, ensuring compliance with evolving Air Force requirements. Interested parties, particularly small businesses including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned concerns, are encouraged to respond to this Sources Sought notice by providing their company information, size status, and relevant experience by September 24, 2024, at 4:00 PM MST, to Jason Neering at jason.neering@us.af.mil.
    Request for Information - Portable Airfield Lighting
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is conducting a Request for Information (RFI) to identify vendors capable of supplying portable airfield lighting systems. These systems are intended to assist Air Force Special Warfare units in marking austere airfields and drop zones for both military and humanitarian operations, requiring features such as multiple lighting colors, durability against jet blast, remote control capabilities, and visibility from up to three nautical miles. Interested vendors must provide detailed product information, including system specifications, past experiences with the Department of Defense, and compliance with federal regulations, with responses due by 12:00 PM Eastern time on October 7, 2024. For further inquiries, interested parties can contact Jamie Sclafani at jamie.sclafani@us.af.mil.
    Snow Removal Services for KS037 in Wichita,Kansas
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking qualified small businesses to provide snow removal services at the Army Reserve Facility KS037 located in Wichita, Kansas. The contract, identified by solicitation number W911SA25Q3011, encompasses a performance period from November 1, 2024, to October 31, 2025, with options for four additional years and a six-month extension. This procurement is critical for maintaining operational efficiency and public safety during winter weather conditions, ensuring that the facility remains accessible and functional. Interested vendors must submit their quotes by September 20, 2024, no later than 10:00 AM CST, and can direct inquiries to Laurie Lago at laurie.e.lago.civ@army.mil for further information.
    LO Walk In Freezer
    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 walk-in freezer at Whiteman Air Force Base in Missouri. The procurement requires a freezer with specific dimensions of 12 feet wide, 4 feet deep, and 8 feet tall, capable of maintaining a temperature of -10 degrees Fahrenheit, with installation to be completed by September 19, 2024. This freezer is essential for storing rolls of chemicals, and the project emphasizes compliance with federal procurement regulations, including health and safety standards. Interested small businesses must submit their bids via email, with questions due by September 16, 2024, and can contact Lt. Joshua Sturgill or SSgt Ryan Hopkin for further information.