412th Flight Test Engineering Lab (FTEL) Move at Edwards AFB CA
ID: FA930224Q0096Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9302 AFTC PZZEDWARDS AFB, CA, 93524-1185, USA

NAICS

Used Household and Office Goods Moving (484210)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- RELOCATION: RELOCATION (V301)

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 contractors to provide moving services for the relocation of the 412th Flight Test Engineering Laboratory (FTEL) from Building 1400 to Building 2710 at Edwards Air Force Base, California. The procurement involves comprehensive services including packing, disassembling, transporting, and reinstalling equipment and furnishings for approximately 350 personnel, with the planned move scheduled between November 12 and November 19, 2024, subject to potential delays. This relocation is critical for maintaining operational continuity and efficiency within the Air Force's engineering capabilities. Interested contractors must submit their quotes by September 20, 2024, at 4 PM PST, and can contact Terence Vickers at terence.vickers@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The "Bldg 1400 Relocation Inventory" document details the inventory of various items scheduled for relocation from Building 1400 to Building 2710. It categorizes items into multiple units, including office equipment, furniture, and miscellaneous supplies. Key items include packaged boxes, computer monitors, filing cabinets, office desks, shredders, and various storage units required for efficient operation. The document outlines specific quantities of each item, identifies points of contact for coordination, and lists both the original and destination locations for each item. The purpose of this document is to facilitate an organized and systematic relocation process, ensuring that all items are accounted for and handled appropriately. It highlights the need for proper logistics in government relocations or inventory management, aligning with federal guidelines for tracking and reporting on government assets. This comprehensive inventory aids in planning and resource allocation for the move while ensuring compliance and oversight throughout the process.
    The document presents a comprehensive inventory of equipment and supplies being relocated from Building 1400 to Building 2710. It lists numerous items across various units, including computers, monitors, desks, cabinets, and archival materials, detailing quantities and their respective descriptions. The inventory is segmented by unit designations such as 773, 775TS, and 775TS/C4ISR, each highlighting specific items, e.g., multiple computer monitors, shelving units, and packaged boxes. Additionally, information on points of contact (POCs) for coordinating the move is provided, along with locations for both the source and destination of the items. The purpose of this document aligns with government operational logistics, specifically addressing the need for asset management during facility relocations in compliance with federal regulations. It emphasizes methodological planning for resource allocation and movement, ensuring efficient transition while minimizing disruption to services. Overall, this inventory serves as a vital operational resource for the successful management of government resources and assets during relocation.
    The document outlines various locations and building numbers associated with a federal government facility at Edwards Air Force Base (EAFB) in California. It lists numerous designations, including parking areas, technical library, and roadways, indicating the logistical organization of the base. Specifically referenced are building numbers ranging from 100 to 432, highlighting the structure of the facility's infrastructure. While the document does not explicitly detail its purpose, it serves as a reference for navigating the site and understanding the layout pertinent to federal operations. This organizational framework is vital for compliance with federal standards and is likely tied to requests for proposals (RFPs) or grants concerning base maintenance and operations. The mention of specific buildings suggests a focus on administrative oversight and oversight structures necessary for operational efficiency within federal guidelines.
    The document outlines the layout and designated rooms within a government facility across two floors. It details various spaces including conference rooms, classrooms, open offices, and command sections categorized under Areas C and D. Each area contains multiple rooms equipped for technical research, executive meetings, collaborative efforts, and discussions tailored for workforce management. This infrastructure supports various governmental operations, emphasizing organized workspaces for specific functions. The layout reflects a structured approach to fostering efficient communication and productivity within federal operations. Overall, the document serves as a reference for understanding the spatial organization necessary for fulfilling RFPs, federal grants, and state or local proposals, highlighting the importance of conducive environments for government activities.
    The document outlines the Wage Determination No. 2015-5603, Revision No. 25, issued by the U.S. Department of Labor under the Service Contract Act (SCA). It specifies minimum wage rates for various occupations in California's Kern County, distinguishing between rates applicable to contracts initiated or renewed on or after January 30, 2022, and those awarded prior to that date. Contractors must pay covered workers at least $17.20 hourly under Executive Order 14026 or $12.90 under Executive Order 13658, depending on the contract's date. The document lists numerous job classifications with corresponding wage rates and fringe benefits, including health and welfare benefits, vacation, and holidays. It emphasizes compliance with paid sick leave regulations under Executive Order 13706 and includes guidelines for requesting additional classifications not listed. The document serves to inform federal contractors of their wage obligations, ensuring fairness and protecting worker rights in federally funded contracts.
    The document outlines the relocation inventory for various units moving from Building 1400 to Building 2710 and serves as a logistical guide for the transfer of numerous items, including furniture, office equipment, and miscellaneous supplies. Each unit features a point of contact and detailed lists of items categorized by nomenclature and quantities, specifying their current and future room assignments. Key topics include various types of furnishings such as desks, cabinets, monitors, and packing materials, as well as specialized equipment like shredders and UPS units. The document emphasizes the need for careful handling of both heavy and fragile items, with specific instructions regarding the relocation of sensitive equipment. The context suggests a coordinated effort in managing government asset relocation, ensuring a seamless transition while adhering to operational requirements. This approach not only aims at efficient space management but also underscores compliance with government standards in moving assets across facilities. The emphasis on details like room designations and packing outcomes reflects the systematic planning necessary for federal operational continuity.
    The document outlines detailed specifications for various door measurements and dimensions within a facility, distinguishing between non-secured and secured areas. Key points include types and sizes of doors such as storefront and interior wooden doors, with specific measurements provided, including 72” wide by 94 ½” high for lobby entrance doors and various sizes for corridors and egress doors. It highlights the dimensions of mantrap doors and other metal doors for secured environments, emphasizing their role in safety and security protocols. The overall purpose of this document is to supply precise door measurements that may be integral for compliance with safety standards and architectural planning, potentially serving as reference data for federal contracts, grants, or RFPs related to building modifications or renovations.
    The document pertains to a collection of federal and state/local Requests for Proposals (RFPs) and grants, outlining opportunities for funding and collaboration. It presents guidelines for potential recipients to apply for these financial resources, emphasizing criteria such as eligibility, project objectives, and funding limitations. Noteworthy details include instructions regarding compliance with federal regulations, budget submissions, and the necessity of detailed project plans. Key elements highlighted involve the importance of transparency, potential partnerships, and the expected impacts of proposed projects. The RFPs aim to address various sectors including infrastructure, environmental projects, and social services, setting a framework for innovative solutions and improvements. Moreover, the document stresses the evaluation process for submitted proposals, focusing on merit, feasibility, and sustainability, ensuring that funded projects align with federal and state priorities. This systematic approach is designed to maximize the efficacy and reach of government assistance, with an underlying goal of fostering community development and public benefit.
    The document appears to be a comprehensive compilation of government requests for proposals (RFPs) and grants at federal, state, and local levels. It highlights various programs aimed at soliciting bids from contractors and organizations for a diverse range of services, projects, and funding opportunities. Key themes include the provision of financial resources, the evaluation criteria for applicants, and the specific eligibility requirements for different grant applications and RFPs. Moreover, the document outlines the procedural framework that prospective bidders must follow, including submission deadlines, evaluation processes, and expected deliverables. Emphasis is placed on compliance with federal standards, showcasing the government's commitment to transparency and accountability in the procurement process. The document serves as an essential guide for stakeholders interested in participating in government-funded projects, emphasizing the importance of adherence to guidelines to enhance the chances of successful applications. Overall, this document underscores the federal and state governments' effort to engage with local vendors and organizations through structured funding opportunities and RFPs, aimed at fostering community development and infrastructure improvement while maintaining rigorous standards and due diligence in the proposal process.
    The document outlines specifications for a stretcher-compliant passenger elevator cab, detailing its structural components, materials, dimensions, and safety features. Key information includes a removable laminate panel wall, stainless steel elements for durability, aluminum sill, and a drop ceiling featuring low voltage LED lights. The cab's dimensions allow for a 7'-11" platform width and 7'-4" clear inside height, accommodating a stretcher size of 24"x84". It includes specialized items such as a cartop handrail, emergency exit lock, and switch. The total weight of the cab is noted as 2165 lbs, with an emphasis on compliance with industry standards such as ASME A17. The document is likely part of a Request for Proposals (RFP) or grant application, illustrating the specifications required to meet federal or state regulations for passenger elevator installations, ensuring safety and functionality for medical transport scenarios.
    The statement of work outlines the provisions for relocating equipment and materials from the 412th Flight Test Engineering Laboratory (FTEL) at Edwards Air Force Base, specifically from Building 1400 to the new Building 2710. The relocation is planned between October 29 and November 19, 2024, with potential delays extending the timeframe to March 2025. The contractor will handle all aspects of the move, including supervision, packing, transportation, and unpacking, ensuring protection of fragile items and building surfaces. Key requirements include managing personnel and equipment for efficient relocation, adhering to safety and health regulations, and addressing security measures for classified items. The contractor is responsible for thorough cleanup after the move, effective communication with government representatives, and compliance with all relevant laws and regulations. A robust safety and health plan must be submitted prior to work commencing, covering employee safety, damage prevention, and contractor liability for any damages incurred during the move. This project reflects the government’s structured approach to managing logistical operations whilst ensuring compliance with security, safety, and operational standards.
    The FTEL Site Walk Through document addresses logistical considerations for moving items from Buildings 1400 and 2710, primarily detailing questions and answers regarding the move process. Key points include the need for coordination only concerning classified items stored in a SCIF, the clarity on which items will remain intact (such as wall-mounted TVs), and assurance that all moveable items will be marked and labeled. The document notes that moves can occur outside of typical working hours, with crews permitted to leave trucks overnight in designated areas. Moreover, specific details about moving weight capacities, door dimensions, and the requirement of minor disassembly for certain items are outlined. A designated point of contact for coordination is essential, especially for activities within secure areas. The structure of the document reflects Q&A organized by building to streamline information access, signifying the government's focus on an efficient, secure moving process aligned with operational standards. Overall, the document serves as critical guidance for vendors involved in the relocation process under a government RFP.
    The document outlines essential information required for verifying visitor identity and citizenship status, particularly focusing on personal details needed for government processes. It collects data including the visitor's last and first name, date of birth, driver's license number, the last four digits of the Social Security Number, and the state of issuance for the driver's license. A crucial aspect of this document is the inquiry into the visitor's citizenship status, specifying that permanent residents are considered U.S. citizens. This information is significant in the context of federal RFPs, grants, and local government engagement, as it establishes eligibility and compliance with regulations. The systematic collection of personal data is intended to support the vetting processes necessary for government interactions, ensuring security and appropriate legal standing in proceedings involving federal and state opportunities.
    The document outlines a solicitation for the relocation of personnel and equipment for the Flight Test Engineering Laboratory (FTEL) at Edwards Air Force Base. The contract, identified by number FA930224Q0096, is intended for a firm fixed-price service. The scope of work includes comprehensive relocation services, such as packing, disassembling, transporting, and reinstalling office and laboratory equipment and furnishings for approximately 350 personnel moving from Building 1400 to Building 2710. The contractor must coordinate all logistics, provide necessary materials for safe packing and transport, and ensure minimal disruption during the move scheduled between November 12 and November 19, 2024. The document also specifies various compliance and regulatory requirements, including adherence to federal acquisition regulations and clauses related to small business participation, particularly for women-owned small businesses and economically disadvantaged groups. The summary highlights the importance of strategic planning, safety measures, and effective communication with government points of contact throughout the relocation process.
    This document is an amendment to a federal solicitation, specifically addressing modifications to an existing contract/order. It includes instructions for acknowledging receipt of the amendment, detailing that offers must recognize the amendment before the specified submission deadline. The document discusses various options for submitting acknowledgment, including through mail, electronically, or as part of the offer itself. Additionally, it outlines the administrative changes to be documented, including updates to the statement of work (SOW) and inventory list, which feature only minimal adjustments. The effective date of this amendment is September 10, 2024, with the solicitation number FA930224Q0096. The contractor is Terence D. Vickers, with contact information provided. The summary of changes indicates that attachments related to the updated SOW were included. Overall, this amendment aims to ensure clarity and compliance in the bidding process while emphasizing the importance of proper documentation in federal contracting procedures.
    This document is an amendment to Solicitation FA930224Q0096, extending the response due date to September 20, 2024, at 4 PM PST and detailing updates related to a moving services project at Edwards Air Force Base. Key changes include an updated Statement of Work (SOW), revised move inventory, site visit questions and answers, and specific floor plans for relevant buildings. The amendment outlines evaluation criteria for proposals, emphasizing both price and technical capability, and specifies requirements for contractor personnel and vehicles dedicated to the project. Proposals will be evaluated on a pass/fail basis, ensuring that only those that meet minimal technical capabilities are considered for award. This amendment serves to clarify expectations and deadlines for potential contractors, reinforcing the government's commitment to a thorough and transparent acquisition process while ensuring alignment with federal contracting standards.
    The Statement of Work outlines the requirements for moving services related to the relocation of the 412 Test Engineering Group (412 TENG) from Building 1400 to the new Flight Test Engineering Laboratory (FTEL) at Edwards Air Force Base. The planned move period is from November 12 to 19, 2024, subject to potential delays. The contractor is responsible for supervising the unpacking, disassembly, transportation, reassembly, and installation of approximately 350 personnel’s equipment, furniture, and supplies. Key responsibilities include packaging fragile items, protecting building surfaces, managing logistics, and ensuring cleanliness during the move. The contractor must also coordinate classified items with government personnel. The government will provide necessary support, including workspace and utilities, while the contractor must comply with base security and safety regulations, ensuring employee safety and managing liability for any damage caused. The document includes attachments related to inventory and floor plans. Overall, this SOW aims to ensure a systematic and secure transition to the new facility while adhering to operational protocols.
    The Statement of Work outlines the procedures for relocating equipment and materials for the 412th Flight Test Engineering Laboratory (FTEL) at Edwards Air Force Base. The relocation, scheduled between October 29 and November 19, 2024, aims to move approximately 350 personnel's belongings from Building 1400 to Building 2710. The contractor is responsible for all aspects of the move, including supervision, packing, transportation, and protecting items and building surfaces from damage. Key requirements include using appropriate packaging for fragile items, providing necessary equipment such as forklifts and dollies, and ensuring cleanliness and safety throughout the process. The government will provide support in the form of personnel to escort classified items and access to facilities. Strict adherence to safety regulations and procedures is mandated, requiring the contractor to develop a comprehensive Safety and Health Plan. Contractor liability for any damage caused during the move is clearly stated, emphasizing the need for precautions to protect government property. This robust framework reflects the seriousness of the Federal RFP process, ensuring reliability and compliance in government-related projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Packing, Containerization and Local Drayage of Direct Procurement Method (DPM) Personal Property Shipments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the packing, containerization, and local drayage of Direct Procurement Method (DPM) personal property shipments at Holloman Air Force Base in New Mexico. The contractor will be responsible for a range of services including conducting pre-move surveys, packing and containerizing household goods, providing cargo insurance, and managing claims, with an emphasis on adhering to performance work standards and maintaining quality throughout the process. This contract, valued at approximately $34 million, is set to span from January 1, 2025, to December 31, 2027, with options for extensions, and is designated as a Total Small Business Set-Aside, encouraging participation from small and disadvantaged businesses. Interested parties must submit their proposals by October 7, 2024, and can direct inquiries to Makenzie Meyer or Sally D. Roberts via the provided contact information.
    Packing Crating & Drayage Services at Cannon AFB NM
    Active
    Dept Of Defense
    The Department of Defense, through the 27th Special Operations Contracting Squadron (SOCONS), is soliciting proposals for Packing, Crating, and Drayage Services at Cannon Air Force Base (AFB) in New Mexico. The contract will cover essential logistical services for the preparation and transportation of personal property for military and civilian personnel, including outbound, inbound, and intra-city relocation services. This procurement is critical for supporting military operations and ensuring compliance with federal standards, with a contract period from November 1, 2024, to October 31, 2027, including one base year and two option years. Interested small businesses must submit their proposals by September 20, 2024, and can contact Ingrid Woolfolk at ingrid.woolfolk@us.af.mil or Corey Isaacs at corey.isaacs.1@us.af.mil for further information.
    KC-46 Aircraft Maintenance Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking capabilities packages from potential contractors to provide KC-46 Aircraft Maintenance Support Services at Edwards Air Force Base, California. The procurement aims to identify sources with the expertise and experience necessary to support ongoing Research, Development, Test, and Evaluation (RDT&E) activities for the KC-46 aircraft, including maintenance, logistical support, and personnel management. This opportunity is critical for ensuring the operational readiness and testing capabilities of the KC-46 aircraft, which plays a vital role in the Air Force's mission. Interested parties must submit their capability packages, including relevant qualifications and company information, to the primary contact, Brandon Engelman, at brandon.engelman@us.af.mil, by the specified deadline.
    Laboratory Renovation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for a laboratory renovation project at Edwards Air Force Base. The objective of this procurement is to conduct market research to identify responsible sources capable of performing comprehensive renovations, including the construction of two new laboratories dedicated to ionic liquids and a micro reactor, along with necessary mechanical, electrical, and plumbing systems. This initiative is crucial for upgrading scientific facilities while ensuring compliance with stringent safety and regulatory measures, including environmental protection protocols. Interested parties should respond to the Sources Sought notice by providing their company information, capability statements, and relevant past performance details to Jennifer Story at jennifer.story@us.af.mil, referencing PZIB8523FY24. The project is expected to be completed within 575 calendar days, and the government will not compensate for any information submitted in response to this notice.
    C-130H Disassembly, preparation and transport
    Active
    Dept Of Defense
    The Department of Defense, through the United States Air Force's Pittsburgh 911th Airlift Wing, is seeking small business vendors to provide services for the disassembly, preparation, and transport of a C-130H aircraft from the Pittsburgh Air Reserve Station to Camp Atterbury, Indiana. Contractors are required to demonstrate five years of relevant experience and must be capable of commencing work by October 15, 2024, ensuring meticulous planning and execution throughout the relocation process. This aircraft is vital for jump training operations, and the contract emphasizes compliance with military and environmental regulations during transport. Quotes must be submitted by September 19, 2024, and interested vendors should contact Paul Davisson at paul.davisson@us.af.mil or 412-474-8124 for further inquiries.
    Packing & Crating Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research for Packing and Crating Services at Mountain Home Air Force Base (AFB) in Idaho. The procurement aims to secure a contractor capable of providing comprehensive packing, containerization, and local drayage services for personal property shipments under the Direct Procurement Method (DPM), ensuring compliance with federal, state, and local regulations. These services are critical for facilitating smooth relocations for military personnel, emphasizing quality control, timely delivery, and accurate documentation. Interested parties should submit their responses to Carrie Budner at carrie.budner.2@us.af.mil by October 16, 2024, with the potential contract period spanning from December 31, 2024, to December 30, 2026.
    MOVING SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide moving services at the Corpus Christi Army Depot in Texas. The objective is to relocate office-related supplies and equipment from designated buildings to the newly constructed Administrative Annex facility, with service dates to be coordinated with the Contracting Officer's Representative. This procurement is crucial for ensuring a smooth transition and operational continuity for the Army's needs, adhering to federal standards and regulations. Interested parties must submit their proposals, including technical and pricing information, by 1:00 PM on October 1, 2024, and are encouraged to attend a site visit scheduled for September 24, 2024. For further inquiries, contact Terry B. Clark at terry.b.clark4.civ@army.mil or call 361-961-6489.
    ITW GSE Ground Power Unit
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking quotes from qualified vendors for the procurement of ITW GSE Ground Power Units under solicitation number FA930224Q0101. The requirement includes a solid-state ground power unit capable of providing up to 600 Amps of 28VDC, along with a towable trailer and associated input cables, all of which must meet specific electrical and safety standards for use at Edwards Air Force Base. This procurement is crucial for ensuring operational efficiency and compliance with aircraft servicing requirements, emphasizing the need for a reliable and compact solution. Interested parties, particularly Women-Owned Small Businesses, must submit their quotes by September 20, 2024, at 11:00 AM PST, via email to Kimberly Murray at kimberly.murray.4@us.af.mil, with no late submissions accepted.
    USAFA Sijan Hall Dormitory Furniture Disposal
    Active
    Dept Of Defense
    The Department of Defense, through the United States Air Force Academy (USAFA), is seeking small business contractors for the disposal of excess furniture and equipment from Sijan Hall dormitory storage areas in Colorado. The project involves the removal of approximately 5,000 metal bookshelves, 2,854 lounge chairs, and various other items, with disposal methods including coordination with the Defense Logistics Agency (DLA) and adherence to federal, state, and local disposal regulations. This initiative is crucial for optimizing space and maintaining efficient resource management within the academy. Interested parties should submit their quotes by September 23, 2024, and can contact Andrew Richardson at andrew.richardson.25@us.af.mil or Kristin Heikkila at kristin.heikkila@us.af.mil for further information.
    Request for Quote - Score Board Removal/Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the removal and replacement of a softball scoreboard at the Rosburg Fitness Center located at Edwards Air Force Base, California. The project entails disassembling the existing scoreboard and support beams, installing new support beams, and setting up a 16' x 5' digital scoreboard, which includes all necessary labor, materials, and electrical work to ensure functionality. This upgrade is essential for supporting intramural sports activities at the facility, ensuring safety and compliance with operational standards. Interested contractors, particularly small businesses, should reach out to Willie Toles at willie.toles@us.af.mil or Amanda Tate at amanda.tate@us.af.mil for further details, with the project expected to be completed within 60 days of contract award.