Logistics Support Services_Albany, Georgia
ID: M6700125Q0009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP LEJEUNE, NC, 28542-0004, USA

NAICS

Computer Facilities Management Services (541513)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Commanding General of the Department of the Navy, is soliciting proposals for Logistics Support Services at the Marine Corps Logistics Base in Albany, Georgia. The procurement aims to secure facility contractor support, including technical writing, supply control, inventory management, and computer operations, as a continuation of an existing labor-only contract. This opportunity is particularly significant as it aligns with military operational needs and emphasizes compliance with performance standards and safety regulations. Interested parties, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their proposals by May 5, 2025, at 1:00 PM, and are encouraged to review previous amendments and clarifications posted on SAM.gov. For inquiries, potential bidders can contact Regina Hartley at regina.hartley@usmc.mil or Emily Tsan at emily.n.tsan.civ@usmc.mil.

    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) for Logistical Support Services at the Marine Corps Logistics Base (MCLB) in Albany, GA. The contracting department seeks proposals for facility contractor support, which includes technical writing, supply control, inventory management, and computer operations. The RFQ specifies that the service is a continuation of an existing labor-only contract and consists of various positions, including Production Controllers, Technical Writers, and CAD Operators. The work will occur within specified operational hours without overtime. A site visit is scheduled for interested contractors, and questions regarding the RFQ must be submitted by a defined deadline. Contractors are expected to maintain minimum staffing levels and submit various reports to the Contracting Officer’s Representative (COR). The document stresses compliance with performance standards, safety regulations, and the requirement of formal security protocols due to the sensitive nature of the work. The primary objective is to enhance the logistical support provided at MCLB Albany, aligning with military operational needs while ensuring high-quality service delivery.
    The document outlines an amendment to a solicitation for Logistical Support Services at the Marine Corps Logistics Base (MCLB) Albany, encompassing revisions to the solicitation timeline, clarification of requirements, and updates to wage determinations. Key updates include adjustments to the submission deadlines for proposals, the extension of offer dates, and a range of clarifications surrounding logistics, staffing, and operational requirements. The amendment emphasizes the necessity for detailed responses from contractors, including a comprehensive performance plan and capability statement. Crucial areas covered include technical capability, past performance, and structured pricing. The solicitation necessitates a clear understanding of the Performance Work Statement (PWS) and the required number of positions, shifting from 15 to 14 full-time employees. It also outlines plans for submitting quotes, including allowed file sizes and submission methods to ensure compliance with solicitation procedures. The document serves to ensure that offerors have a clear grasp of expectations and requirements in providing logistical support services, while aiming to maintain continuity of operations through effective transition strategies. This amendment reflects the government's commitment to transparency and clarity in the procurement process, allowing potential contractors to adjust their proposals accordingly.
    The document is an amendment to a federal solicitation intended to ensure clarity for all offerors regarding the submission process. It highlights a change in the submission deadline from April 28, 2025, at 1:00 PM to May 5, 2025, at 1:00 PM. This amendment also encourages potential bidders to review queries answered under Amendment 0002 that were posted as a Special Notice on SAM.gov. The Modification is administered by the Marine Corps Field Contracting System, specifically through Regina Hartley, who is the point of contact for any inquiries. The amendment underlines the importance of acknowledging receipt of the amendment to avoid offer rejection, thus maintaining transparency and competitiveness in the bidding process. Overall, the document serves to facilitate a fair opportunity for all participants in the federal procurement process by extending the timeline and providing essential information.
    This document is an official amendment to a solicitation issued by the Marine Corps Field Contracting System, modifying the response deadline for an unspecified contract. The key change noted is the extension of the response date from April 4, 2025, at 2:00 PM to April 28, 2025, at 1:00 PM. This extension aims to give potential contractors additional time to ask questions and prepare their proposals. The amendment emphasizes that all other terms and conditions of the solicitation remain unchanged and must be acknowledged by contractors prior to the new deadline to avoid rejection of offers. The necessity for acknowledgment can be fulfilled through several specified methods. The document is structured using standard government forms, maintaining a formal tone typical of federal contracting communications, and complies with applicable federal regulations. Overall, this amendment reflects the ongoing process of government procurement, ensuring that contractors have sufficient time to respond to solicitations while adhering to federal guidelines.
    The document is a Wage Determination under the Service Contract Act, outlining minimum wage standards for federal contracts within specified Georgia counties. The updated revision mandates that contracts effective from January 30, 2022, or renewed thereafter, must compensate covered workers at least $17.75 per hour, adhering to Executive Order 14026, whereas contracts awarded earlier can pay a minimum of $13.30 per hour per Executive Order 13658. This determination details various job classifications with their corresponding wage rates applicable in Baker, Dougherty, Lee, Terrell, and Worth counties. In addition to wages, the document specifies employee benefits such as health and welfare contributions, paid sick leave under Executive Order 13706, vacation time, and mandatory holiday observances. Notably, certain occupations are excluded from these wage determinations if employees meet specific criteria. This document serves as a crucial guideline for contractors bidding on federal projects as part of compliance with existing labor standards and ensures fair compensation for workers.
    Lifecycle
    Similar Opportunities
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    DRAFT SOLICITATION HQC00226QE001
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking proposals from Women-Owned Small Businesses (WOSB) for a draft solicitation (HQC00226QE001) to provide Dry, Chill, and Frozen Storage and Transportation Services in Guam. The contract will cover a base year and three option years, with an estimated annual quantity of 1,392 to 2,880 containers, requiring vendors to demonstrate technical capability, staffing plans, and relevant past experience in food storage and transportation. This opportunity is critical for ensuring the efficient supply chain management and distribution of food products to military commissaries, emphasizing compliance with federal and DoD regulations, food safety, and operational continuity. Interested parties must prepare for a virtual oral presentation scheduled between January 16-21, 2026, and can direct inquiries to Mark Gunn at mark.gunn@deca.mil or by phone at 804-734-8000 x 48934.
    Ft. Stewart Base Operation Support Services - Consolidation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide consolidated Base Operations Support Services (BASOPS) at Fort Stewart, Georgia. This procurement aims to merge four existing contracts—covering BASOPS, scales inspection and maintenance, grease trap servicing, and elevator maintenance and repair services—into a single contract valued at approximately $286,566,010.20. This consolidation is part of the Army's initiative to enhance efficiency and standardize services while ensuring maximum participation from small businesses, particularly those eligible under the 8(a) and Small Business (SB) programs. Interested parties can reach out to Jonathon Hecker at jonathon.r.hecker.civ@army.mil or Sam Colton at samuel.j.colton.civ@army.mil for further information.
    Bas-OPs contract at Ft. Benning, GA and AL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses for the Bas-OPs contract at Fort Benning, Georgia, and Alabama. This procurement focuses on facilities support services, including housekeeping and operations support, essential for maintaining the functionality and cleanliness of military facilities. The contract is set aside for total small business participation, emphasizing the importance of supporting small enterprises in government contracting. Interested parties should reach out to Mike J. Vicory at michael.j.vicory.civ@army.mil or Jonathon Hecker at jonathon.r.hecker.civ@army.mil for further details regarding the submission process and any upcoming deadlines.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    SOLICITATION FOR LEASE - WAREHOUSE SPACE @ WATERVLIET NY
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the lease of approximately 40,000 square feet of warehouse space to support operations at Watervliet Arsenal in New York. The facility must be temperature-controlled, secure, and equipped with loading docks, parking for employees and tractor-trailers, and must be located within a 4.5-mile radius of the Arsenal, with easy access to major highways. This procurement is critical for the storage of equipment and materials necessary for military operations, with a lease term of one year and nine optional renewal years, anticipated to commence no later than February 27, 2026. Interested offerors must submit their proposals by December 12, 2025, with a final offer deadline of December 19, 2025; for further inquiries, contact Michael Merkel at michael.c.merkel@usace.army.mil or Allen Roos at allen.d.roos@usace.army.mil.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    ACO-P Cyber School course
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ACO-P Cyber School course at Fort Gordon, Georgia, aimed at providing instructional support services for the U.S. Army Cyber School. This contract, designated as W9124926RA003, seeks Women-Owned Small Businesses (WOSB) to deliver Advanced Cyber Operations-Procedures (ACO-P) Labor, with a base period from February 16, 2026, to February 15, 2027, and two additional one-year option periods. The services are critical for enhancing the training capabilities of 17-series personnel in the cyber career field, ensuring they are equipped to address evolving cyber threats. Interested parties must submit their proposals to Mr. Joseph Guss by email by the closing date specified on SF 1449, with all proposals remaining valid for 180 days. For further inquiries, contact Mr. Guss at joseph.e.guss2.civ@army.mil or Ms. Tia Harris at tia.j.harris.civ@army.mil.
    Labor and Logistics Support at DLA L&M NNSY, Portsmouth, VA
    Dept Of Defense
    The Defense Logistics Agency (DLA) is planning to award a modification to the existing Labor and Logistics Support Contract SP3300-21-D-5004, specifically Task Order SP3300-22-F-5001, on a sole source basis to Advanced Technology Logistics, Inc. (ATL) for services at the Norfolk Naval Shipyard in Portsmouth, VA. This modification aims to extend the period of performance for two months, from June 1, 2023, to July 31, 2023, to ensure the continuation of critical labor and logistics support services, including receipt processing, warehousing operations, material issue, and transportation. The urgency of this modification arises from unanticipated delays in the acquisition process, making ATL the only capable provider to avoid disruptions in support for NAVSEA corporate shipyard customers. For further inquiries, interested parties may contact Amber Lynne Whitney at amber.whitney@dla.mil or Karen D Ghani at karen.ghani@dla.mil.
    W912HN26RA003 - Hartwell O/M Project
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the Savannah District, is soliciting proposals for the Hartwell Operations and Maintenance Project (Solicitation W912HN26RA003). This contract aims to provide comprehensive maintenance, repair, and minor construction services for the Hartwell Project, which includes facilities such as campgrounds, dams, and power plants across six counties in Georgia and South Carolina. The selected contractor will be responsible for a range of tasks, including cleaning, landscaping, equipment maintenance, and emergency response, ensuring compliance with federal and Army regulations. Interested small businesses must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by January 5, 2026, and maintain active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Rohan Bryan at rohan.a.bryan@usace.army.mil or call 912-652-5619.