Inflatable Rescue Boat Repair
ID: FA500024Q0040Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5000 673 CONS LGCJBER, AK, 99506-2501, USA

NAICS

Other Personal and Household Goods Repair and Maintenance (811490)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)
Timeline
    Description

    The U.S. Air Force seeks quotes for the off-site repair and upgrade of an Achilles 16-foot inflatable rescue boat, to be performed at the contractor's facility. Responding to a detailed Statement of Work, prospective vendors must demonstrate their ability to enhance the boat's performance and durability. This involves complex tasks such as transom repair and patching, deflector replacement, outboard motor servicing, and specialized installations. The Air Force emphasizes the importance of timely delivery and budget adherence for this Alaska-based project, with visual resources available for better understanding the work scope. Quotes must be submitted via SAM.gov or designated Air Force email by the extended deadline of August 16, 2024.

    The solicitation seeks a capable contractor to undertake comprehensive repairs on a critical piece of equipment, ensuring it is fit for its operational purposes. Repairs to the boat's transom and hull, along with motor maintenance and modifications, are essential to maintaining the Air Force's operational readiness, especially in the remote locations of Alaska.

    This contract highlights the Air Force's commitment to maintaining reliable equipment and enhancing its operational capabilities in remote areas. With a focus on practicality and timely execution, the successful vendor will play a vital role in keeping Air Force personnel safe and effective in their missions.

    For further clarification or to obtain visual resources, interested parties can contact Cassidy Nieblas at cassidy.nieblas@us.af.mil or Shelby Langston at shelby.langston.1@us.af.mil. The project carries an approximate value of $20 million, funding upgrades to multiple boats, with key deadlines including a submission window that closes on August 9, 2024.

    Files
    Title
    Posted
    The Air Force seeks quotes for boat repair work that can be performed off-site at the contractor's facility. Foreign companies are eligible to participate if they are registered on SAM.gov and submit comprehensive quotes in response to the solicitation. Visual aids and resources, such as pictures and videos, are available upon request, aiding prospective contractors in assessing the repair work required. Quotes must be submitted via the System for Award Management (SAM) or through specified Air Force email addresses. The ability to deliver on-time and within budget is essential, with the successful contractor expected to provide a prompt and efficient repair service.
    The Joint Base Elmendorf-Richardson in Alaska issues a statement of work for upgrading Achilles inflatable boats. The primary objective is to enhance the boat's performance and durability. The contractor will undertake specific tasks including repairing the boat's transom, patching the hull, servicing the Honda outboard motor, and installing a poly jet intake foot. The statement of work outlines detailed requirements for each task, emphasizing the need for expert craftsmanship and quality materials to ensure the boat's structural integrity and optimal performance. The contractor is responsible for providing all necessary resources, including personnel, equipment, and materials, to carry out these repairs and upgrades effectively. Key dates and evaluation criteria are not provided within this portion of the file, but are likely detailed within accompanying documents. This performance work statement aims to ready a thorough brief for prospective contractors, zeroing in on the specific services and expertise required for this government procurement.
    The government seeks to procure cutting-edge technology solutions in the realm of cybersecurity. The primary objective is to enhance network security across federal agencies, mitigating emerging threats. The focus is on developing a robust, centralized platform, referred to as the Security Operations Center (SOC), enabling real-time threat monitoring, detection, and response across diverse government networks. This SOC will leverage advanced analytics, machine learning, and automation capabilities to enhance cybersecurity posture. The chosen vendor will play a pivotal role in designing, implementing, and integrating this sophisticated SOC ecosystem. They will be responsible for supplying and configuring specialized software and hardware, including state-of-the-art security tools like SIEM (Security Information and Event Management), SOAR (Security Orchestration, Automation, and Response), and advanced analytics platforms. The SOC's key tasks involve aggregating and analyzing security data, detecting anomalies, and orchestrating responses, working closely with government cybersecurity experts. Contract details are also outlined, indicating a potential multi-year engagement with a total estimated value of over $20 million, to be awarded to a single vendor. The contract will likely be a firm-fixed-price arrangement, with a focus on outcome-based results. Vendors will be evaluated primarily based on their technical expertise, past performance, and ability to deliver innovative cybersecurity solutions. Key dates include a submission deadline of 3 months from the RFP release, with project initiation targeted for 6 months thereafter. Another aspect of the same file reveals a separate procurement initiative related to language translation services. The government seeks professional translation and interpretation services in multiple languages for upcoming international engagements. The primary requirement entails in-person interpretation at high-level meetings and virtual translation support for written content. Successful vendors will be contracted for these specialized linguistic services, catering to the communication needs of government officials during critical diplomatic interactions. Yet another section of the file delves into the procurement of sustainable and innovative materials for constructing energy-efficient government buildings. The focus is on materials that promote carbon reduction, energy conservation, and environmental sustainability. The government aims to procure cutting-edge building solutions, including smart glass technologies, high-performance insulation materials, and renewable energy systems. These materials will be integral to constructing eco-friendly federal facilities. The procurement of these construction materials will be a two-step process, commencing with a competition for concept papers, followed by a second phase inviting finalists to submit detailed proposals. The evaluation criteria emphasize the environmental impact and energy efficiency of the proposed materials, with cost-effectiveness and past performance also considered. This RFP outlines key dates, including a concept paper submission deadline in 2 months and a potential project commencement within 4 months of contract award. In summary, these files highlight three primary procurement objectives of the government: the development of a cutting-edge SOC for enhanced cybersecurity, the procurement of language translation services for international engagements, and the supply of sustainable construction materials for energy-efficient federal buildings. Each initiative seeks innovative solutions from the private sector, with clear evaluation criteria and timely submission deadlines.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    R11 Tanker Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a damaged R11 Aviation Fuel Tanker stationed at Joint Base Elmendorf-Richardson (JBER), Alaska. The primary objective is to restore the vehicle to its original operational condition, which includes extensive repairs such as damage removal, straightening of bent components, and repainting, all in accordance with the Performance Work Statement (PWS). This procurement is crucial for maintaining military equipment functionality and ensuring compliance with safety and operational standards. Interested contractors must submit their quotes by September 17, 2024, at 1400 Alaska Standard Time, and can direct inquiries in writing until September 13, 2024. For further information, contractors may contact Joseph Ford at joseph.ford.21@us.af.mil or Robert Briggs at robert.briggs.13@us.af.mil.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    Survey Cabin Boat
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W07V Endist Memphis office, is soliciting bids for the procurement of a 26-foot survey cabin boat, complete with two outboard motors and a trailer. This acquisition is essential for the U.S. Army Corps of Engineers in Memphis, as the vessel will be utilized for various surveying and operational tasks in support of their missions. The solicitation has been amended to extend the closing date to September 19, 2024, and interested parties can reach out to Tijuana Harris at Tijuana.M.Harris@usace.army.mil or by phone at 901-544-3048 for further details.
    Jon Boat, Motor, and Trailer
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the acquisition of a Jon Boat, Motor, and Trailer for the Eau Galle Project in Spring Valley, Wisconsin. The procurement requires a newly manufactured aluminum flat-bottom Jon Boat measuring between 16-18 feet, equipped with a 60 HP outboard motor, marine battery, and automatic bilge pump, adhering to stringent technical specifications and federal regulations. This acquisition is crucial for supporting operational needs while promoting participation from small businesses, including service-disabled veteran-owned and economically disadvantaged firms. Proposals are due by September 19, 2024, at noon local time, and interested parties can contact Theodore Hecht at theodore.r.hecht@usace.army.mil or Kenneth J. Eshom at kenneth.j.eshom@usace.army.mil for further information.
    Repair of Tail Rotor Drive Shafts
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking a qualified contractor for the repair of Tail Rotor Drive Shafts (TRDS) for the MH-65 aircraft, with the intention to award a sole-source contract to Western Aerospace Inc. This procurement involves comprehensive repair services, including disassembly, cleaning, and reassembly of components, adhering to stringent military and occupational safety standards, and ensuring timely delivery and quality assurance. The contract, valued at approximately $3,877,611 over five years, includes a one-year base period and four option years, with a closing date for proposals set for July 30, 2024, at 2:30 PM EST. Interested parties can direct inquiries to Gabrielle Berry at Gabrielle.M.Berry2@uscg.mil.
    MO-COLUMBIA FWCO-PALLID REPAIR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting qualified contractors for the repair of its vessel, named "Pallid," which requires a new power trim assembly and associated parts due to a malfunctioning Yamaha F150XB 4Stroke outboard motor. The contractor will conduct a complete diagnostic assessment, recommend necessary parts and service costs, and perform repairs in accordance with OEM specifications, ensuring the vessel's safe operation. This procurement is critical for maintaining operational readiness and safety for wildlife conservation efforts, with a delivery date set for November 22, 2024. Interested parties should direct inquiries to Lydia Patrick at LydiaPatrick@fws.gov or call 308-635-7851, and must adhere to the wage determinations outlined in Wage Determination No. 2015-5079 for compliance with federal standards.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    IX527 Barge Overhaul Sources Sought Notice
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking potential contractors for the IX527 Barge Overhaul, as outlined in a Sources Sought Notice. The project involves comprehensive work on the IX527 Barge, a specialized research asset permanently moored in Alaska, which includes dry docking, structural modifications, painting, piping and electrical system repairs, and safety upgrades, with availability scheduled from May 26 to July 6, 2025. This initiative aims to engage small businesses, including Service-Disabled Veteran-Owned, HUBZone, and Section 8(a) firms, to assess the feasibility of a set-aside acquisition while ensuring alignment with project requirements. Interested parties must submit their responses by September 23, 2024, and can contact Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or 757-469-6784 for further information.
    NF- Small Boat Engine replacement
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the repower of the NF-4 Dive Boat, a 23-H-RIB Northwind model. The project aims to replace the current Cummins QSD 4.2L engine, which has become difficult to maintain due to discontinued production, with a more reliable engine that ensures better accessibility to maintenance support and a consistent supply of spare parts. This repower is critical for maintaining operational readiness and compliance with U.S. Coast Guard regulations, as the vessel is essential for NOAA's field operations starting March 15, 2025. Interested contractors must submit proposals that include detailed material specifications and past performance references by the specified deadlines, and they can contact Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV or 757-317-0683 for further inquiries.