Explosive Ordnance Disposal (EOD) equipment management services
ID: FA805124X00XXType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8051 772 ESS PKDTYNDALL AFB, FL, 32403-5322, USA

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 5, 2023 8:56 PM
  2. 2
    Updated Oct 5, 2023 9:54 PM
  3. 3
    Due Oct 13, 2023 3:00 PM
Description

Sources Sought DEPT OF DEFENSE Explosive Ordnance Disposal (EOD) equipment management services

This notice is a proposed contract action and not a request for competitive quotations. However, all responsible sources may submit a capability statement or quotation for consideration by the agency. The procurement target is to obtain Explosive Ordnance Disposal (EOD) equipment management services for AFCEC/CXD.

The EOD equipment management services are used to maintain, inspect, test, repair, upgrade, and distribute specialized EOD equipment. Additionally, the services include conducting unit asset visibility reviews, reconstituting equipment, supporting strategic fielding initiatives, performing trends analysis, and providing EOD Information Systems Support (EODISS) management.

The tasks will be completed from three locations, including the EOD Equipment Management Facility (EMF) at Hill AFB, Utah, where the contractor shall operate and maintain the facility. Contract personnel at Hill AFB will also perform asset visibility inventories with EOD units and support centralized strategic fielding initiatives.

Furthermore, the contractor shall provide Trends Analysis, BARS management, Equipment Management, and EODISS liaison support for AFCEC/CXD located at Tyndall AFB, Florida, and Joint Service EOD liaison support at Stump Neck Annex, Indian Head, MD.

Interested parties should submit their responses by the specified date/time listed on the notice. For inquiries and submission of capability statements or quotations, contact David Woodford at david.woodford.2@us.af.mil and TSgt Alexandra Counts at Alexandra.Counts@us.af.mil.

Point(s) of Contact
Lifecycle
Title
Type
Similar Opportunities
Airbase Technologies IV: EOD and Unmanned Systems Technologies (EODUST)
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE Airbase Technologies IV: EOD and Unmanned Systems Technologies (EODUST) is a request for information (RFI) for on-site technical and professional expertise in support of Explosive Ordnance Disposal (EOD) and Unmanned Systems Technologies (EODUST) research, development, test and evaluation (RDT&E), new technology assessments, and acquisitions. The service is required by the DEPT OF THE AIR FORCE, specifically the 772d Enterprise Sourcing Squadron (ESS) and the Air Force Civil Engineer Center, Requirements and Acquisition Division (AFCEC/CXAE). The place of performance is Tyndall AFB, Florida, United States. Interested vendors are requested to respond to the RFI by providing relevant past performance references, organizational contact information, and information on their capability to perform the requirements. The response deadline is 12:00 PM CDT on August 23, 2024.
Air Force Civil Engineering Center Land Survey Equipment
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE Air Force Civil Engineering Center Land Survey Equipment The Department of Defense is seeking information on firms that can provide land survey equipment compatible with existing Department of Defense equipment. This equipment is intended to support the Air Force Civil Engineer Center. The sources sought notice is primarily for market research to determine if there are firms that possess either the specific Trimble brand equipment listed in the attached draft statement of work (SOW) Appendix 1 or equivalent equipment that provides the same capabilities and functionalities. The equipment must be able to interface with the Trimble equipment listed in the draft SOW. Interested businesses are invited to provide a capability statement in response to this requirement. Prospective contractors must be registered in the System for Award Management (SAM) prior to contract award. The Government is considering different acquisition strategies, including an indefinite delivery indefinite quantity contract with a multi-year ordering period. The North American Industry Classification System (NAICS) code applicable to this acquisition is 334519 - Other Measuring and Controlling Device Manufacturing, with a small business size standard of 600 employees. Contractors interested in providing these services should submit a written affirmative response that includes information such as business name, address, point of contact details, business CAGE Code and Unique Entity ID number, and business type based on NAICS 334519. Contractors should also indicate if they would propose as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture. Additionally, contractors should provide information on past projects completed for the same or similar items, including any Government contracts awarded for this type of requirement. Contractors should also indicate if their equipment is available on a GSA Schedule or another Government contract, and if it can operate/interface with the Department of Defense Trimble equipment listed in the draft SOW. Contractors should confirm if their equipment meets the salient characteristics identified in the draft SOW and if it contains any parts prohibited by DFAR 252.225-7007 or 52.204-25. Contractors should also indicate the number of systems meeting the salient characteristics that they can provide within a 12-month period. All responsible sources are encouraged to submit a capability statement response to this announcement. Responses must be received by 19 August 2024 at 9:00 AM central time and should not exceed 20 pages. The Government may or may not provide answers to questions submitted in response to this sources sought.
BDU-33 Demil Range Cleanup
Active
Dept Of Defense
The Department of Defense requires specialized services for the inspection, demilitarization, and disposal of BDU-33 munitions debris at the Airburst Range, Fort Carson, Colorado. This combined synopsis and solicitation seeks a firm-fixed price contract for a project expected to run for six months. The key task involves the efficient and safe processing of approximately 92 tons of BDU residues, employing techniques like shearing and crushing. Contractors must provide their own gas-powered equipment, as the work area is remote from power sources. The government emphasizes strict adherence to safety protocols and quality control throughout the project. Other requirements include a detailed site management plan, a 100% inspection rate of the munitions, and the deployment of specialized equipment. The contractor must also supply qualified personnel, including Unexploded Ordnance (UXO) technicians and a senior UXO supervisor, along with third-party quality assurance support. To be eligible, applicants should possess the necessary expertise, certifications, and equipment to meet the venue's specific demands. Experience in similar demilitarization projects and a strong past performance record are also crucial. The evaluation process will consider factors such as price, ability to meet the project's unique demands, and contractor past performance. The government reserves the right to award the contract based on best value, without holding formal discussions. Key dates include a site visit scheduled for August 1, 2024, with a July 25 deadline for base access requests. Questions must be submitted by August 2, and quotes are due on August 9. The anticipated award date is August 30, 2024. For clarification or further information, interested parties can contact the primary point of contact, MSgt Chad Wiese, via email or phone. The email address and phone number are provided in the initial overview.
49--MOUNTER AND DEMOUNT
Active
Dept Of Defense
The Department of Defense, Defense Logistics Agency, seeks quotes for a Total Small Business Set-Aside contract for the supply and delivery of NSN 4910017080986, a mounter and demount device. The proposed procurement is for the explosive ordnance disposal mobile unit, with a delivery window of 20 days. The solicitation is released as a combined synopsis and request for quotation, and all responsible suppliers are invited to submit quotes. To access the solicitation details, interested parties should visit https://www.dibbs.bsm.dla.mil/Solicitations/ and use the solicitation number provided in this notice. No hard copies of the solicitation will be available; only online access is provided. Quotes must be submitted electronically, and the deadline for submission will be indicated in the solicitation document. The evaluation of quotes will be based on the requirements outlined in the solicitation. For any clarification or questions, potential bidders are directed to email the buyer listed in Block 5 of the solicitation document.
AIR DELIVERED MUNITIONS (ADM) AGING AND SURVIELLANCE (A&S) PROGRAM
Active
Dept Of Defense
Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking services for the AIR DELIVERED MUNITIONS (ADM) AGING AND SURVEILLANCE (A&S) PROGRAM. This program aims to gather data to develop and validate the Air Delivered Munition (ADM) and Predictive Age Life Model (PALM) for accurate performance and shelf-life predictions. The services required include mass properties testing, CT scanning, non-destructive testing, sectioning and coining of ADMs, testing of energetic materials, testing of ADM case materials, shipping of ADMs and cores, analysis of test results, digital modeling and simulation, and validation of PALM. Interested parties should respond to this notice and provide information on their small business status, teaming arrangements, and past experience. The contractor must be able to receive, store, ship, and process ADMs, handle and ship energetic cores, generate appropriate shipping documents, perform CT scanning and mass properties measurements, generate validated models, compare new and aged energetic materials, and maintain accountability of the ADMs. If interested, please contact the primary and secondary points of contact listed above with a statement of capabilities.