Logistics Support Services_Albany, Georgia
ID: M6700125Q0009Type: Presolicitation
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 Department of the Navy, is soliciting proposals for Logistics Support Services at the Marine Corps Logistics Base (MCLB) in Albany, Georgia. This procurement aims to secure facility contractor support, which encompasses technical writing, supply control, inventory management, and computer operations, continuing an existing labor-only contract. The services are critical for enhancing logistical support aligned with military operational needs, ensuring high-quality service delivery while adhering to safety regulations and performance standards. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), should contact Regina Hartley at regina.hartley@usmc.mil or 910-451-1591 for further details, and must comply with wage determinations that set minimum compensation standards for workers in the region.

    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 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
    DDAG Vertical Lift Module Preventative/Corrective Maintenance
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking qualified contractors to provide preventative and corrective maintenance for Modula Vertical Lift Modules (VLMs) at DLA Distribution in Albany, Georgia. The procurement aims to ensure the operational availability and reliability of Automated Storage and Retrieval Systems (ASRS) by covering a base year with four optional renewal periods, emphasizing compliance with stringent quality assurance metrics and security protocols. This maintenance service is critical for maintaining the efficiency of logistics operations within the military framework. Interested vendors must submit their quotes by March 10, 2025, and can direct inquiries to Adrienne Hawkins at adrienne.hawkins@dla.mil or Christopher L. Robinson at christopher.robinson@dla.mil.
    Sources Sought HW Albany, GA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for hazardous waste treatment and disposal services in Albany, Georgia. The procurement aims to establish a comprehensive contract for the removal, transportation, and disposal of various hazardous waste types, including RCRA hazardous wastes, PCBs, and PFAS, from military installations in the Albany/Moore/Moody region. This initiative is crucial for ensuring compliance with environmental regulations and effective management of hazardous materials, thereby supporting military operations while prioritizing safety and environmental protection. Interested parties can contact Annette Graham at Annette.Graham@dla.mil for further information regarding this opportunity.
    Tactical Fleet Support Operators Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide Tactical Fleet Support Operators under a Sources Sought notice. This contract aims to fulfill maintenance and repair services for vehicular equipment components, which are critical for ensuring operational readiness and efficiency within military operations. The place of performance for this contract will be Fort Moore, Georgia, and interested parties are encouraged to reach out to Stacia M. Rivers at stacia.m.rivers.civ@army.mil or by phone at 520-669-5253 for further details. This opportunity is set aside for total small business participation, aligning with the SBA guidelines.
    Multiple Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Base-wide Multiple Services contract at Marine Corps Base Camp Lejeune, North Carolina. This procurement is aimed at small businesses and encompasses a range of facilities support services, including maintenance and management of various systems such as elevators, fire suppression systems, and grease traps, with a contract structure that includes both Firm-Fixed Price and Indefinite Delivery Indefinite Quantity (IDIQ) components. The importance of these services lies in ensuring operational efficiency and compliance with safety standards across military facilities, reflecting the government's commitment to maintaining high-quality infrastructure. Proposals are due by March 10, 2025, with a site visit scheduled for February 13, 2025; interested parties can contact Donna Mason at donna.l.mason31.civ@us.navy.mil for further information.
    Bas-OPs contract at Ft. Benning, GA and AL
    Buyer not available
    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.
    Logistics IT Integration and Support (LIIS) Capability Modernization, Deployment, and Support (CMDS) Multiple Award Contract (MAC)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the Logistics IT Integration and Support (LIIS) Capability Modernization, Deployment, and Support (CMDS) Multiple Award Contract (MAC). This procurement aims to enhance logistics IT systems through modernization and support services, focusing on computer systems design and application development. The successful contractors will play a crucial role in improving operational efficiency and effectiveness within the Navy's logistics framework. Interested small businesses are encouraged to reach out to Elden Greuber at elden.greuber@navy.mil or 609-504-1001, or Meghan Huett at meghan.e.huett.civ@us.navy.mil or 240-298-8501 for further details, as this opportunity includes a partial small business set-aside under FAR 19.5.
    Maintenance Support
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide maintenance support services at Fort Moore, Georgia. This opportunity involves a non-personnel service contract aimed at delivering dedicated field-level maintenance for the Combined Arms Center equipment fleets, requiring contractors to supply all necessary personnel, tools, and materials while adhering to quality control and security protocols. The contract includes a 30-day phase-in period followed by a base year and four option years, emphasizing the importance of high-quality maintenance performance in compliance with Army regulations. Interested parties can contact Nina Rachal at nina.m.rachal.civ@army.mil or 520-725-6255, or Ashley Scott at ashley.t.scott3.civ@army.mil or 520-725-6252 for further details.
    Naval Submarine Base Kings Bay Maintenance Dredging, Camden County, Georgia
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for maintenance dredging at the Naval Submarine Base Kings Bay located in Camden County, Georgia. This project aims to ensure the operational efficiency of dredging facilities, which are critical for maintaining navigable waterways and supporting naval operations. The contract is set aside for small businesses under the Total Small Business Set-Aside program, and interested contractors should note that the primary contact for inquiries is Walter Love, reachable at walter.d.love@usace.army.mil or by phone at 904-232-2021. Additional contact can be made with Manuela Voicu at manuela.d.voicu@usace.army.mil or 314-637-7452 for further assistance.
    W912HN25B4001 - PN81905 Consolidated Rigging Facility Hunter Army Airfield, GA
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the construction of the Consolidated Rigging Facility at Hunter Army Airfield in Savannah, Georgia. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The facility will play a crucial role in supporting military operations by providing essential rigging services, thereby enhancing operational readiness. Interested contractors can reach out to Gregory Graham at gregory.m.graham@usace.army.mil or Fabiola Ducelus at Fabiola.Ducelus@usace.army.mil for further details, and they should be aware of the necessary security protocols outlined in the accompanying site visit document, which includes entry requirements and directions to the facility.
    Logistics and Warehouse Support
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide logistics and warehouse support services for the Explosive Ordnance Disposal Expeditionary Support Unit ONE (EODESU ONE) and Explosive Ordnance Disposal Group ONE (EODGRU ONE) at Naval Amphibious Base Coronado, California. The contract encompasses a range of responsibilities including financial analysis, inventory management, material transportation coordination, and quality assurance, with a focus on maintaining operational readiness and compliance with Department of Defense regulations. This procurement is critical for ensuring efficient logistical support, which is vital for the success of military operations. Interested parties should contact Patricia Castillo at patricia.castillo26.civ@us.navy.mil for further details, with the contract set as an 8(a) set-aside and a performance period spanning from March 30, 2025, to March 29, 2030.