Whiteman AFB Bullet Trap Maintenance Services
ID: FA462525Q1003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4625 509 CONS CCWHITEMAN AFB, MO, 65305-5344, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due May 14, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide Bullet Trap Maintenance Services at Whiteman Air Force Base in Missouri. The procurement includes comprehensive inspections, preventive maintenance, and repairs of the Total Containment Trap (TCT-4) system, which is crucial for ensuring operational safety and compliance with environmental standards. The contract will span a base year from October 1, 2025, to September 30, 2026, with four additional option years and the possibility of a six-month extension, emphasizing the importance of reliable service continuity. Interested vendors must submit their quotes by May 14, 2025, and can contact Volcious Shelton at volcious.shelton@us.af.mil or Amanda Fragoso at amanda.fragoso@us.af.mil for further information.

Files
Title
Posted
Apr 10, 2025, 7:05 PM UTC
The 509 Civil Engineer Squadron of the U.S. Air Force has issued a Performance Work Statement (PWS) for Bullet Trap Maintenance Services at Whiteman Air Force Base in Missouri. The contractor is responsible for comprehensive inspections, preventive maintenance, and repairs of the Total Containment Trap (TCT-4) system, including its Dust Collection Unit (DCU), air compressor, and screw conveyor system. Services include biannual inspections, routine and emergency service calls, development of a preventive maintenance plan, and documentation of all actions taken. The contractor is expected to respond to routine requests within 10 days and emergencies within 24 hours. Compliance with safety regulations, including environmental standards, is essential. The contractor must maintain clear communication, complete invoicing through the Wide Area Workflow system, and ensure access control for personnel on the base, emphasizing security measures and identification protocols. The contract spans a base year with four optional one-year extensions, allowing for potential operational continuity. This PWS aligns with standard practices in federal RFPs, ensuring accountability and quality in service delivery.
Apr 10, 2025, 7:05 PM UTC
Apr 10, 2025, 7:05 PM UTC
Apr 10, 2025, 7:05 PM UTC
Apr 10, 2025, 7:05 PM UTC
The Engineering Technical Letter (ETL) 11-18 from the Department of the Air Force outlines essential design and construction criteria for small arms ranges applicable to new constructions and major renovations. It emphasizes safe range design, employing professional engineering expertise while not prescribing specific firing configurations. The ETL revises previous guidelines by eliminating the option for fully contained outdoor ranges, focusing instead on fully contained indoor or non-contained ranges. It mandates that all new projects comply with the updated criteria, which includes noise reduction strategies, ventilation systems for lead control, and detailed design specifications for various range types. The document stresses the importance of site-specific adaptations and sustainable practices while adhering to environmental regulations. Overall, the ETL serves as a directive resource for Air Force personnel involved in range design and construction, ensuring operational safety and adherence to Air Force standards across all installations.
Apr 10, 2025, 7:05 PM UTC
The document outlines a federal request for proposals (RFP) aimed at acquiring services that enhance community resilience and support local economies. It focuses on strategies that address vulnerabilities through infrastructure improvements, workforce development, and public health initiatives. Key considerations include proposals that demonstrate collaboration with local entities, alignment with state and federal regulations, and measurable outcomes. The RFP encourages innovative solutions that leverage community resources and foster sustainable practices. Submissions will be evaluated based on criteria such as the feasibility of the approach, impact on underserved populations, and the potential for long-term benefits. This initiative reflects the government’s commitment to bolster resilience in the face of changing environmental, economic, and social challenges.
Apr 10, 2025, 7:05 PM UTC
The document outlines a government solicitation for services related to the inspection and maintenance of a bullet trap system. It specifies a series of line items across three option years, detailing the various tasks to be performed, such as performing inspections, routine service calls, and emergency service calls. Additionally, it addresses the procurement of replacement parts for the system in accordance with the Performance Work Statement (PWS), with costs for these items to be negotiated. The pricing for all tasks is recorded as $0.00, indicating either an estimated cost for evaluation purposes or the need for negotiated pricing. The structured format includes line item identifiers (CLIN) for different years and details the general and administrative (G&A) costs, overhead, and profit margin percentage that may apply to replacement parts. This solicitation aligns with federal government procedures for offering Requests for Proposals (RFPs) related to service contracts, emphasizing accountability and cost-effectiveness in securing necessary maintenance services for the bullet trap system.
Apr 10, 2025, 7:05 PM UTC
The government document outlines a Request for Proposals (RFP) aimed at facilitating the procurement of services or goods needed at various federal, state, and local levels. It discusses the procurement process, emphasizing compliance with regulations and funding eligibility, particularly for federally funded projects. The document highlights key components such as timelines for submissions, required qualifications of applicants, evaluation criteria for proposals, and the importance of demonstrating value and effectiveness. Moreover, it stresses the necessity for transparent reporting and accountability to ensure financial resources are appropriately used. Potential vendors are encouraged to provide comprehensive details about their capabilities and past performance, aiming to foster competition and enhance service provision. Overall, the document serves as a framework for structuring proposals in response to government needs while promoting best practices in procurement and contract management.
Apr 10, 2025, 7:05 PM UTC
The document outlines various contractual clauses incorporated by reference in Government contracts, specifically geared towards federal RFPs, federal grants, and state and local RFPs. These clauses cover a wide array of requirements including compliance with cybersecurity measures, antiterrorism training, the prohibition of certain telecommunications equipment, and guidelines on subcontracting and business operations with specified regimes. Notable sections pertain to the ethical treatment of employees, pay requirements, and the management of small businesses, including safety precautions for handling hazardous materials. Additionally, it details the processes for electronic submission of payment requests and emphasizes the importance of maintaining fair labor standards. The overarching purpose of the document is to ensure compliance with federal regulations and standards throughout contract performance, protecting both government interests and promoting fair competition among businesses.
Apr 10, 2025, 7:05 PM UTC
The document outlines a combined synopsis/solicitation (RFQ FA462525Q1003) for Bullet Trap Maintenance Services at Whiteman Air Force Base, Missouri. The solicitation is open only to small businesses and includes a performance period of one base year (October 1, 2025 - September 30, 2026) with four additional option years, and the possibility of extending services for six additional months. Vendors must submit quotes by May 14, 2025, and a site visit is scheduled for April 28, 2025. The evaluation of proposals will consider price, technical capability, and past performance, with an emphasis on comprehensive documentation. Offerors must be registered in the System for Award Management (SAM) and comply with the Service Contract Act. The Government retains the right to cancel the solicitation if funds are unavailable, with no obligation to reimburse vendors for any costs incurred. Key attachments include the Performance Work Statement and Pricing Schedule, which detail the requirements and pricing structure. This solicitation reflects standard federal procurement practices ensuring the provision of necessary services through a competitive bidding process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Target Retrieval System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the removal and disposal of an existing target retrieval system and the installation of a new 75-meter target retrieval system at Patrick Space Force Base in Florida. The project requires the installation of 10 shooting booths equipped with bulletproof dividers, collapsible barricades, and integrated storage solutions, all controlled from a single computer to enhance training efficiency and safety. This procurement is critical for modernizing military training facilities and ensuring compliance with safety regulations, with a firm-fixed-price contract expected to be awarded based on technical acceptability, price, and past performance. Interested vendors must submit their quotes by May 1, 2025, and direct any questions to Gage Belyeu at gage.belyeu.2@spaceforce.mil or 321-494-9950, with a site visit scheduled for April 28, 2025.
Grease Trap Renewal
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for grease trap cleaning and maintenance services at Scott Air Force Base in Illinois. The contractor will be responsible for providing all necessary labor, materials, and equipment to clean and maintain grease traps, ensuring compliance with federal and state regulations, particularly in USDA food preparation areas. This service is crucial for maintaining operational efficiency and environmental standards within military facilities. Proposals are due by May 2, 2025, and interested vendors are encouraged to attend a site visit on April 24, 2025. For further inquiries, contact Tymera Washington at tymera.washington@us.af.mil or Nicholas Weiss at nicholas.weiss.5@us.af.mil.
Grease Trap Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for grease trap maintenance services at Goodfellow Air Force Base in Texas. The contractor will be responsible for the comprehensive servicing of grease traps, including pumping, cleaning, scraping, and disposing of waste, with services required on a monthly and quarterly basis as outlined in the Performance Work Statement (PWS). This maintenance is crucial for ensuring compliance with environmental regulations and maintaining operational efficiency at the base. Interested small businesses must submit their quotes by December 23, 2024, with a pre-quote site visit scheduled for December 10, 2024. For further inquiries, potential contractors can contact SSgt Robert Cosper at robert.cosper@us.af.mil or TSgt Patrick Berger at patrick.berger@us.af.mil.
PKA-Vehicle Barrier Maintenance Amendment 0002
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Vehicle Barrier Maintenance and Repair services at Travis Air Force Base in California. The procurement aims to establish a Firm Fixed Price contract that includes quarterly maintenance inspections, routine service calls, emergency service calls, and additional repairs as needed for vehicle barriers. These services are crucial for maintaining the security and functionality of access points at the base, ensuring compliance with federal and military standards. Interested small businesses must submit their proposals by May 2, 2025, and are encouraged to participate in a site visit scheduled for April 10, 2025. For further inquiries, potential bidders can contact Johnathan Daniels at johnathan.daniels.1@us.af.mil or Stephen Platt at stephen.platt.2@us.af.mil.
Recycling Tritium from Compasses, Gun sights, and Watches
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Blanket Purchase Agreement (BPA) focused on the recycling of tritium from compasses, gun sights, and wrist watches. The contractor will be responsible for recovering and recycling tritium from approximately 500 compasses, 50 gun sights, and 5 wrist watches annually, totaling around 32.5 curies of decayed tritium each year, while ensuring compliance with federal regulations and environmental laws. This initiative underscores the DoD's commitment to environmentally responsible management of hazardous materials and is critical for maintaining safety and compliance in military operations. Interested small businesses must submit their proposals by 1:00 PM EDT on April 25, 2025, to Edward Huchison at edward.huchison@us.af.mil, with a total contract value estimated at $47 million over a five-year period.
MISSILE MISHAP RESPONSE TEAM (MMRT) MOBILE AIR TRAILER
Buyer not available
The Department of Defense, specifically the Air Force Materiel Command, is seeking proposals from small businesses for the procurement of a Mobile Air Trailer designed for the Missile Mishap Response Team (MMRT) at Hill Air Force Base, Utah. The primary requirement is for a custom enclosed trailer equipped with a cascade air system to supply and refill Self-Contained Breathing Apparatus (SCBA) during emergency situations. This procurement is critical for enhancing emergency readiness and operational efficiency, ensuring that the MMRT can effectively respond to incidents involving missile mishaps. Interested vendors must submit their proposals by May 12, 2025, with all inquiries due by April 25, 2025. Proposals should be directed to Contract Specialist Rachel Wright at rachel.wright.9@us.af.mil and Contract Officer Melissa Huston at melissa.huston.2@us.af.mil.
FA462525R0004, Whiteman AFB Temporary Lodging Facilities Roofing Replacement
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the roofing replacement of Temporary Lodging Facilities (TLFs) at Whiteman Air Force Base in Missouri, under solicitation number FA462525R0004. The project entails replacing approximately 27,882 square feet of roofing on six buildings, including the removal of existing roofing materials and structural components, with compliance to federal regulations regarding asbestos management and construction standards. This initiative is crucial for maintaining adequate housing for military personnel and their families, ensuring operational readiness at the base. Interested contractors must submit sealed bids by April 25, 2025, and are encouraged to contact primary point Tariq Abdullah at tariq.abdullah.1@us.af.mil or 660-687-2594 for further details.
Long Term Bucket Truck Rental; Base Year Plus Four Option Years
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a long-term lease of a bucket truck at Malmstrom Air Force Base in Montana, with a contract duration of one base year plus four optional years. The procurement aims to secure a high voltage bucket truck equipped with a two-person bucket, 4-wheel drive capability, and material handling jib, to enhance the operational capabilities of the 341st Civil Engineer Squadron while addressing previous maintenance delays. This contract is particularly significant as it involves compliance with safety regulations for high voltage operations and is set aside for small businesses, with an estimated total value of $47 million. Interested contractors should direct inquiries to Cody West or Joshua Crist via the provided contact details, with questions due by 12:00 PM MT on April 29, 2025.
Solvent Spray Gun Cleaning Station
Buyer not available
The Department of Defense, specifically the 97th Contracting Squadron at Altus Air Force Base in Oklahoma, is seeking quotes for the procurement of a Solvent Spray Gun Cleaning Station. The requirement includes a brand name or equal product, with the preferred model being the "BECCA Model S800A," and specifications detailed in Attachment 4. This equipment is crucial for maintaining operational efficiency in cleaning paint guns, ensuring compliance with military maintenance standards. Interested small businesses must submit their quotes by April 29, 2025, and are encouraged to direct any inquiries to A1C Desmond Davis at desmond.davis.10@us.af.mil or Kacie Halpain at kacie.halpain@us.af.mil, with all submissions requiring current registration in the System for Award Management (SAM) under NAICS code 333310.
Asbestos, Mold, Lead Paint Testing BPA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for a Blanket Purchase Agreement (BPA) focused on asbestos, mold, and lead paint testing services at Shaw Air Force Base in South Carolina. This procurement aims to engage small disadvantaged businesses to provide comprehensive environmental assessments and monitoring services, ensuring compliance with health and safety regulations. The testing services are critical for maintaining environmental safety standards and supporting the operational needs of the Air Force. Interested contractors must submit their quotes by April 30, 2025, with questions due by April 18, 2025, and can contact Shauna Larson at shauna.larson.1@us.af.mil or Phillip Green at phillip.green.11@us.af.mil for further information.