36 LRS Parcel Scanner
ID: FA524025Q0036Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5240 36 CONS LGCAPO, AP, 96543-4040, USA

NAICS

All Other Support Services (561990)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

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 bids from qualified small businesses for the procurement and installation of two parcel scanning devices at Andersen Air Force Base in Guam. The primary objective is to enhance logistics operations by improving the accuracy and efficiency of parcel scanning for small to medium-sized outbound shipping operations, which includes the delivery, installation, basic operator training, and ongoing maintenance of the devices. This initiative is crucial for streamlining logistics processes and ensuring compliance with security protocols in a military environment. Interested parties must submit their quotes electronically by August 15, 2025, at 11:00 A.M. Central Time, and can direct inquiries to 2nd Lt Jake Jandra at jake.jandra.1@us.af.mil or Elena Gifford at elena.gifford.1@us.af.mil.

    Files
    Title
    Posted
    The Department of the Air Force issued a Request for Quotes (RFQ) via memorandum from the 36th Wing at Andersen Air Force Base, Guam, seeking bids for the procurement of two parcel scanning devices with scales and software, as well as maintenance and servicing options for a total of three years. The solicitation, designated as FA524025Q0036, is exclusively set aside for small businesses and has a response deadline of August 15, 2025, at 11:00 A.M. Central Time. Key requirements include submission of pricing based on specific contract line items, compliance with technical specifications outlined in the attached statement of work, and delivery within 60 days of order receipt. The evaluation for contract award will assess technical acceptability and overall price, favoring offers that represent the best value to the government. Bidders must ensure that their quotations are complete and submitted electronically, as late submissions will not be considered. Questions related to the solicitation must be made via email by August 7, 2025. This RFQ represents a critical step in enhancing logistics capabilities and efficiency at the base through the specified scanning technology.
    The document outlines a Statement of Work for the procurement and installation of two stand-alone parcel scanning devices at Andersen Air Force Base in Guam. The objective is to enhance logistics by improving parcel scanning accuracy and efficiency, specifically for small to medium-sized outbound shipping operations. The contractor is responsible for device delivery, installation, basic operator training, and maintenance, which includes annual site visits and technical support. The devices will capture package dimensions and weights, integrating with existing shipping software to minimize manual entry errors. Security measures are also detailed, including requirements for identification passes for contractor personnel, compliance with local traffic laws, and restrictions on weapons on the base. The contractor must also adhere to specific reporting and physical security protocols, including safeguarding government property and complying with entry procedures for controlled areas. Overall, this project reflects a commitment to improve logistical operations while ensuring strict adherence to security and safety regulations in a military setting.
    The document outlines requirements related to contract administration for U.S. Department of Defense (DoD) operations, focusing on electronic invoicing, payment requests, and relevant clauses from the Defense Federal Acquisition Regulation Supplement (DFARS) and Federal Acquisition Regulation (FAR). Central to the contract is the Wide Area Workflow (WAWF) system, facilitating electronic submission of payments and receiving reports. Contractors must register and undergo training to use WAWF effectively. The document specifies various contract clauses regarding compensation, whistleblower rights, and restrictions on telecommunications services, emphasizing compliance with legal standards, environmental considerations, and health safety protocols. Essential contractor services supporting mission-critical functions are highlighted, along with the necessity for contractor engagement in crisis situations. Overall, this document serves as a guide for contractors to comply with essential regulations, ensuring proper administration, legal adherence, and operational continuity within the DoD's contractual framework. The emphasis on electronic processing underscores the government's move towards modernizing and streamlining payment and reporting processes.
    The document is a Wage Determination under the U.S. Department of Labor's Service Contract Act, specifically Wage Determination No. 2015-5693, Revision No. 25, dated July 8, 2025. It outlines the minimum wage rates and fringe benefits required for service contracts in specific U.S. territories, including Guam and the Northern Marianas. Effective from January 30, 2022, contractors must pay covered workers at least $17.75 per hour or the determined rate if higher. The document lists various occupations and their corresponding wage rates, indicating certain roles may require higher payments in accordance with Executive Order 14026. Additionally, it details benefits, including a health and welfare allowance of $5.55 per hour and vacation and holiday entitlements. The document also discusses the conformance process for unlisted classifications, emphasizing compliance with federal labor standards. The purpose of this determination is to ensure fair compensation for service employees working under federal contracts, contributing to labor market stability and worker rights protection across government services and contract agreements.
    Lifecycle
    Title
    Type
    36 LRS Parcel Scanner
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Andesern AFB - Portable Toilet BPA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking to establish up to three Blanket Purchase Agreements (BPA) for the rental, delivery, and servicing of portable sanitation equipment at Andersen Air Force Base in Guam. The procurement includes standard single-occupancy portable chemical toilets, multi-stall luxury restroom trailers, and free-standing portable hand wash stations, with services encompassing daily waste pumping, cleaning, and restocking of supplies. This initiative supports the operational needs of the 36 Wing and surrounding areas, with responses due by December 10, 2025, at 10:00 A.M. Chamorro Standard Time. Interested vendors must be registered in the System for Award Management (SAM) and will be evaluated based on technical acceptability and price, with awards contingent upon fund availability.
    Postal Meter
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a contract to lease postal equipment, including an automated mailing processing machine and a mail meter, for Tinker Air Force Base in Oklahoma. The procurement aims to provide comprehensive services, including preventive and remedial maintenance, software upgrades, installation, and ongoing training, to support the management of official mail dispatched by various organizations at the base. This contract, valued at approximately $34 million, will span an initial term of one year, with four optional extensions, and is crucial for ensuring efficient mail processing operations. Interested contractors must submit their proposals by December 12, 2025, and can direct inquiries to Gerald Mosley or Samuel Nemargut via the provided email addresses.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    J&A - 36 LRS Supply and Transportation Management BRIDGE Action
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the "J&A - 36 LRS Supply and Transportation Management BRIDGE Action" opportunity. This procurement involves logistics support management services, aimed at enhancing supply and transportation management capabilities. Such services are critical for maintaining operational efficiency and readiness within military logistics operations. Interested parties can reach out to MSgt Xavier S. Robertson at xavier.robertson@us.af.mil or by phone at 671-366-1996, or TSgt Brian Brammer at brian.brammer@us.af.mil or 671-366-3686 for further details. Additional information can be found in the attached documentation.
    Portable Office Space - PALMETTO REACH Saipan/Palau
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the provision of portable office space for the PALMETTO REACH project at Saipan and Palau, specifically at Palau International Airport and Saipan International Airport. The procurement requires the delivery of two portable office spaces, each comprising approximately 3,000 square feet divided into three double-wide trailers, fully equipped with necessary furnishings, power, and safety features, to be operational by January 2026. This opportunity is a 100% Small Business Set-Aside under NAICS code 531120, emphasizing the importance of compliance with federal regulations and the provision of technical and pricing information as outlined in the Request for Quotation (RFQ) FA441826Q00043. Interested vendors must submit their quotes by December 15, 2025, at 12:00 PM EST, and can direct inquiries to Levi Mowrey at levi.mowrey@us.af.mil or Patrick Thomas at patrick.thomas.30@us.af.mil.
    Crossmatch Booking station
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Crossmatch Booking Station, as outlined in their Justification notice. This procurement involves the installation of equipment related to office supplies and devices, which is crucial for enhancing operational efficiency within the Air Force. Interested vendors can find additional details in the attached documentation and are encouraged to reach out to Brittney Devallon at brittney.devallon@us.af.mil for further inquiries. The place of performance for this contract will be within the USA.
    Purchase of 4 MFPs (Multi-Functional Printers) for Korea
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking quotations for the procurement of four Multi-Functional Printers (MFPs) to be delivered to South Korea. The printers must meet specific technical requirements, including TAA compliance, high-resolution printing and scanning capabilities, robust security features, and a three-year warranty with 24/7 support. These MFPs are essential for supporting various operational needs within military facilities, ensuring efficient document handling and security compliance. Interested contractors must submit their proposals via email to Lauren Valentine by December 15, 2025, at 10:00 AM Eastern, with all submissions evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    NBG Security Department_Portable Toilets_GUAM
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Yokosuka, is soliciting quotes for the provision of portable toilets for the Naval Base Guam Security Department. The contract requires the delivery and servicing of 12 deluxe portable toilets, including regular cleaning, sanitizing, and replenishing supplies, with a base performance period from December 17, 2025, to December 16, 2026, and four optional one-year extensions through December 16, 2030. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested small businesses must submit their quotations by December 11, 2025, to the designated contract specialists, with further details available in the solicitation documents.
    Purchase of 6 MFDs and supplies for Diego Garcia
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking quotations for the procurement of six One-Net Multifunctional Devices (MFDs) and associated supplies to be delivered to Diego Garcia via Japan. The MFDs must meet specific technical requirements, including TAA compliance, support for various operating systems, and a minimum print rate of 55 pages per minute, along with necessary consumables such as toners and photoconductor units. This acquisition is crucial for enhancing operational capabilities at naval facilities, ensuring efficient document handling and printing services. Interested vendors must submit their proposals by December 22, 2025, at 10:00 AM EST, and can direct inquiries to Emily Myers at emily.myers@dla.mil.