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
    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 optional one-year extensions and the possibility of a six-month extension, contingent upon funding availability. Interested vendors must submit their quotes by May 14, 2025, and can direct inquiries to Volcious Shelton at volcious.shelton@us.af.mil or Amanda Fragoso at amanda.fragoso@us.af.mil.

    Files
    Title
    Posted
    The document addresses inquiries regarding the Bullet Trap Vendor contract, indicating it is a reacquisition with an incumbent service provider currently in place. It clarifies that any requests for changes to the Statement of Work (SOW) must be submitted in writing for technical review and could be incorporated into the solicitation if deemed necessary by the Government. This highlights the structured approach to managing contract modifications while ensuring that existing services can be reviewed for potential updates. Overall, the file serves to inform potential vendors about the procedural aspects of the contract related to the Bullet Trap Vendor services within the federal procurement framework.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Fall Protection Certification Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Fall Protection Certification Services at Edwards Air Force Base in California. The procurement includes comprehensive inspection, certification, and training services for fall protection systems, ensuring compliance with safety standards and regulations. This contract is particularly significant as it involves maintaining safety protocols for personnel working at heights, with a total award amount of $11,500,000 over a performance period from January 1, 2026, to December 31, 2030, including one base year and four option years. Interested small businesses must submit their quotes by December 15, 2025, and can direct inquiries to Contract Specialist Alexia Del Real at alexia.delreal@us.af.mil or Contracting Officer Suzanna Kussman at suzanna.kussman@us.af.mil.
    Centrifuge and Packing Press repair and maintenance service
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the repair and maintenance services of the T-38C ejection seat system's Centrifuge Test Set and Parachute Packing Press. This contract aims to ensure the operational readiness of critical equipment across six Air Education and Training Command stations, requiring on-site repairs, scheduled maintenance, and the provision of necessary repair parts. The contract will be executed as a Firm-Fixed Price and Cost Reimbursement-No Fee Indefinite Delivery Contract, with a base period of one year and four additional one-year options, emphasizing the importance of maintaining aircrew safety and training capabilities. Interested parties must submit their proposals by December 31, 2025, and direct inquiries to Mrs. Alexis Davis at alexis.davis.13@us.af.mil or Ms. Shemica Miller at shemica.miller@us.af.mil.
    Live Fire Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors to provide live fire service inspections and maintenance for Structural Fire Training Facilities (SFTF) and Aircraft Fire Training Facilities (AFTF) at Joint Base San Antonio (JBSA). The procurement requires contractors to conduct annual and semi-annual inspections, ensure compliance with relevant safety standards, and perform general maintenance and repairs, including environmental compliance and safety measures. This opportunity is crucial for maintaining the operational readiness and safety of fire training facilities, which are essential for training personnel in emergency response. Interested small businesses must submit their responses by December 22, 2025, at 3:00 PM Central Time, and can direct inquiries to Laura Herring at laura.herring.2@us.af.mil or Brent Paul at brent.paul.1@us.af.mil.
    B-2 TLX Kits, FA821322R3003
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of B-2 TLX Kits under the solicitation FA821322R3003. This opportunity involves the acquisition of cartridge and propellant actuated devices and components, which are critical for the operational capabilities of the B-2 aircraft. The performance of this contract will take place in Fairfield, California, and is essential for maintaining the effectiveness and readiness of the Air Force's fleet. Interested vendors can reach out to primary contact Deric Deede at deric.deede@us.af.mil or by phone at 208-881-8595, or secondary contact Haley Spletzer at haley.spletzer.1@us.af.mil or 303-980-4812 for further details.
    T400 Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Business (WOSB) concerns for the T400 Technical Services contract, which focuses on providing technical engineering support related to the Engine Component Improvement Program. The primary objective is to establish a reliable means for the USAF to access technical assistance on T400-related inquiries, including part numbers and equivalency of consumables, with a base performance period of 10 months starting January 15, 2026, and an optional 12-month extension thereafter. This Firm Fixed Price contract, with a Defense Priorities Allocation System (DPAS) Priority Rating of DO-A1, emphasizes compliance with various federal regulations and requires electronic invoicing through Wide Area WorkFlow (WAWF). Interested parties should contact Rachel Bradd at rachel.bradd@us.af.mil or call 937-656-0000 for further details.
    OFFICE TRAILER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of an office trailer to be delivered and installed at Tinker Air Force Base in Oklahoma. The trailer must meet specific requirements outlined in the Statement of Work, including dimensions not exceeding 65 feet by 30 feet, a four-room layout, plumbing with two bathrooms and a kitchenette, electrical specifications including a 100-amp service, and comprehensive safety features. This procurement is critical for providing functional office space at the base, and quotes are due by October 29, 2025, at 3:00 PM CDT. Interested parties should contact Bridgette Miles or Katherine Galgano via email for further details and must be registered in SAM to submit their proposals.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Troop Appliance Maintenance and Repair (TAMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM), Washington. This procurement involves providing non-personal services for the maintenance, repair, installation, and disconnection of appliances, as well as dryer duct and vent system cleaning for Unaccompanied Housing facilities. The contract, valued at approximately $19 million, will span from November 1, 2025, to March 31, 2030, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.