MXG Moving Services - 146th AW Channel Islands, CA
ID: W50S7525QA011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MX USPFO ACTIVITY CAANG 146PORT HUENEME, CA, 93041-4011, USA

NAICS

Used Household and Office Goods Moving (484210)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- MOTOR POOL AND PACKING/CRATING: PACKING/CRATING (V003)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting quotes for moving services at the 146th Airlift Wing, Channel Islands Air National Guard Station in Port Hueneme, California. The contractor will be responsible for the non-personal relocation of office furniture and industrial equipment from Building 801 Hangar to nearby auxiliary buildings, with the project expected to commence around November 15, 2024, and to be completed within 14 days post-notice to proceed. This procurement is critical for facilitating a hangar renovation project and is set aside exclusively for small businesses under NAICS code 484210, with a small business size standard of $34 million. Interested contractors should contact Toni Wasgatt at toni.wasgatt@us.af.mil or William Tucker at william.tucker.32@us.af.mil for further details, noting that funds are not currently available for this effort and that the government reserves the right to cancel the RFQ at any time.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a government solicitation for a contract specifically set aside for Women-Owned Small Businesses (WOSB) to provide moving and relocation services at Channel Islands Air National Guard Station, Port Hueneme, California. It specifies that the contractor will manage the non-personal relocation of office furniture and industrial equipment in preparation for a hangar renovation project. The performance period begins shortly before the renovation, estimated around November 15, 2024, with the goal of completing relocation within 14 days post-notice to proceed. Key details include adherence to security protocols for base access, compliance with federal holidays, and the requirement for a designated Contract Manager. The contract emphasizes quality assurance, including the need for a detailed inventory report following the move. It incorporates various federal acquisition regulations, including clauses on combating trafficking in persons and maintaining employee rights. The document is structured to provide clear instructions for submission, compliance obligations, and performance expectations from potential contractors, aimed at ensuring an organized and efficient moving process that aligns with government standards.
    The document outlines an inventory of equipment and furniture designated for relocation, primarily emphasizing items within a Clamshell/Mobile Office Trailer. It details various pieces of equipment such as sheet metal machinery, welding tools, and workbenches, specifying dimensions, weights, electrical requirements, and bolting needs. Additionally, it includes a comprehensive list of office furniture from desks to couches, with associated dimensions and quantities, organized by different locations (e.g., Hydro, E&E, AMXS offices). The purpose of this inventory is to facilitate the moving process as part of government RFPs, ensuring compliance with logistical requirements for equipment handling during relocations. Key highlights include the necessity for electrical hook-ups for substantial machinery and the classification of many smaller items for long-term storage options. Some equipment is designated to remain in place, indicating a systematic approach to asset management during transitions, aligning with federal and local mandates for property management.
    The document provides the U.S. Department of Labor's Registered Wage Determination No. 2015-5625 under the Service Contract Act, indicating required minimum wage rates for workers in California's Ventura County, effective for contracts awarded on or after January 30, 2022. It establishes that contractors must pay covered workers at least $17.20 per hour under Executive Order 14026 or $12.90 under Executive Order 13658, depending on the contract date. The wage determination details various occupation codes with corresponding wage rates across numerous job categories, which include administrative support, automotive service, food preparation, health occupations, and more. Additional regulations stipulate mandatory fringe benefits, such as health and welfare compensation, sick leave provisions, and paid vacation. It outlines that all classifications not listed require a conformance process for proper wage rate establishment, ensuring compliance with wage determination standards. This document is vital for federal contractors and provides necessary wage-related information that aligns with government contracting regulations, including federal and state requirements for worker compensation and rights, thereby ensuring proper remuneration is upheld during contract work.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is seeking contractors for the construction of a KC-46A Two-Bay Maintenance Hangar at March Air Reserve Base in California. The project involves the demolition of an existing hangar and the construction of a new facility designed to support the maintenance and repair of the KC-46A aircraft, accommodating approximately 300 personnel and including various administrative and maintenance spaces. This initiative is crucial for enhancing military readiness and operational efficiency, with an estimated construction cost ranging from $100 million to $250 million. Interested contractors should note that the solicitation is currently suspended, with a new proposal due date to be announced, and they can contact Lindsay Lawrence at Lindsay.B.Lawrence@usace.army.mil for further information.
    OG Furniture Removal and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center at Edwards Air Force Base, is seeking qualified contractors for a project involving the removal and installation of furniture in Building 2750. The objective is to facilitate ceiling and flooring installation by managing the dismantling and reassembly of over 100 pieces of furniture, while ensuring compliance with safety and environmental regulations. This procurement is crucial for maintaining operational efficiency and safety standards during facility upgrades. Interested small business contractors must submit their capability statements by October 23, 2024, at 11:00 AM PDT, to Denina Hudson at denina.hudson@us.af.mil, with a copy to Karla Vazquez at karlalizette.vazquezmontes@us.af.mil.
    Repair/Renovate Building 2245 on March Air Reserve Base, CA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking small business contractors for a project to repair and renovate Building 2245 at March Air Reserve Base in California. The project involves a comprehensive renovation of approximately 19,000 square feet, including upgrades to lighting, HVAC systems, restrooms, and fire suppression systems, as well as the creation of flexible workspaces by removing hard-walled offices. This initiative is crucial for enhancing administrative areas to better accommodate personnel needs and ensure compliance with life safety codes. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must submit their qualifications and relevant project experience by October 22, 2024, at 12:00 PM Eastern Time, with an estimated contract value between $1 million and $5 million and a duration of approximately 730 calendar days. For inquiries, contact Kyle Tate at kyle.g.tate@usace.army.mil or MeRanda Renee Booth at meranda.r.booth@usace.army.mil.
    Demolition and Renovation of Lab
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking qualified contractors for the demolition and renovation of Lab Building 343 at Point Mugu, California. This project involves comprehensive upgrades, including the removal and replacement of ceiling tiles, lighting fixtures, and HVAC components, with a focus on adhering to safety and environmental regulations. The contract is set aside for small businesses, with a total estimated value between $100,000 and $250,000, and interested parties must submit their quotes by October 31, 2024. For further inquiries, contractors can contact Donell Sims at donell.e.duenassims.civ@us.navy.mil or Deborah Sorem at deborah.sorem2.civ@us.navy.mil.
    Aircraft Tow Tractors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the procurement of two Aircraft Tow Tractors under solicitation number N6852025R0008. The requirement includes specific technical specifications such as a maximum height of 35 inches for the tractors, ensuring compliance with operational constraints, and delivery is expected within 365 days post-award. This procurement is a total small business set-aside, emphasizing the government's commitment to promoting participation from small and minority-owned businesses. Interested parties must submit their quotes by October 28, 2024, at 4:00 PM Eastern Standard Time, and should direct inquiries to Jenna Lang at jenna.l.lang2.civ@us.navy.mil or Alex Julian at alexander.m.julian2.mil@us.navy.mil.
    Repair Building 23 Cyber Operations
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to undertake the repair of Building 23 Cyber Operations at the Sepulveda Air National Guard Station in California. The project, identified as VHRJ192233, involves comprehensive renovations, including interior demolition, reconfiguration of partition walls, and upgrades to mechanical, electrical, and life safety systems, with an estimated construction budget between $5 million and $10 million. This initiative is crucial for enhancing the secure operational capabilities of the facility, reflecting the government's commitment to engaging diverse contractors while adhering to Federal Acquisition Regulations. Interested parties, particularly small businesses, must submit a written notice of intent to propose, along with relevant project experience and socioeconomic status, by the specified deadline to the designated email address, as feedback on submissions will not be provided.
    MHU-191A/M Munitions Transporter
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the procurement of 45 units of the MHU-191A/M Munitions Transporter, with a firm fixed-price contract anticipated. Offerors must comply with stringent military standards, including a quality assurance system compliant with ISO 9001, and demonstrate their ability to meet technical specifications, including NIST cybersecurity requirements. This equipment is critical for munitions transport within military operations, ensuring safety and efficiency in logistics. Proposals are due by October 23, 2024, at 5:00 P.M. EDT, and interested parties should direct inquiries to Trevor Greig at trevor.m.greig.civ@us.navy.mil or Robert Megill at robert.a.megill2.civ@us.navy.mil.
    Hickam Open House Bus Services and Parking
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Installation Contracting Center, is soliciting quotes for bus services and parking for the Hickam Open House event, “Wings of Aloha,” scheduled for November 16, 2024, in Honolulu, Hawaii. The procurement requires the provision of 35 motorcoach buses to transport an estimated 4,500 to 6,000 attendees from designated parking locations, including Aloha Stadium, which will accommodate parking for 1,000 vehicles. This contract is a total small business set-aside, emphasizing the government's commitment to engaging small businesses while ensuring compliance with federal acquisition regulations. Interested vendors must submit their quotes by October 28, 2024, and can direct inquiries to Mr. Jeremy Morrill at jeremy.morrill.2@us.af.mil or Alex Kanai at alex.kanai.1@us.af.mil.
    Tent Purchase
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking proposals for the procurement and installation of nine tent structures designed to protect Navy propeller assets at locations in Barstow, California, and Cheatham Annex, Virginia. The tents must meet specific dimensions of 28' x 28' x 17' and be capable of withstanding winds up to 100 mph, ensuring that these critical military assets are stored under weather-resistant conditions. This procurement is particularly important for maintaining the readiness of naval operations, and it is set aside for Women-Owned Small Businesses (WOSB) in accordance with federal regulations. Interested vendors must submit their offers by 1:00 PM on October 22, 2024, and can direct inquiries to Brittany Simmons or Christopher Whiteside via the provided contact information.
    Halvorsen Overhaul
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year Fixed Price Incentive Firm Target (FPIF) contract to provide overhaul and maintenance support for the 25K Halvorsen Aircraft Cargo Loader. This self-propelled cargo transporter, crucial for transferring loads between warehouses and cargo aircraft, requires comprehensive maintenance to ensure operational readiness across various Air Force and commercial aircraft. The anticipated contract will be awarded as a sole source to Leonardo DRS, with a formal solicitation expected to be released around August 16, 2024, and a response deadline of 30 days thereafter. Interested parties may contact Deborah Simmons or Tiffany Davis-Patterson via email for further inquiries.