PKB Kardex Shelving and Hi-Density Spacesaving Systems Maintenance
ID: FA461325Q1011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

Showcase, Partition, Shelving, and Locker Manufacturing (337215)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FURNITURE (J071)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for maintenance services related to PKB Kardex Shelving and Hi-Density Spacesaving Systems at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing personnel, tools, and supplies to perform routine inspections, emergency repairs, and maintenance services, ensuring the systems' proper functionality, with a response time for emergency repairs set at 72 hours. This procurement is crucial for maintaining operational efficiency and security within military operations, as the systems are integral to the storage and management of sensitive materials. Interested vendors should contact Brandon Bartlett at brandon.bartlett.2@us.af.mil or Patrick Enriquez at patrick.enriquez.4@us.af.mil for further details, with the contract expected to commence on February 5, 2025, and run through September 30, 2030, including options for extension.

    Files
    Title
    Posted
    The document is an Offeror Response Form for solicitation number FA461325Q1011, which is a request for proposals (RFP) related to PKB Kardex Shelving and Hi-Density Space-saving Maintenance. It collects critical company information from prospective bidders, such as their registered name, Cage Number, Unique Entity ID, socioeconomic status, and contact details. The form includes essential requirements including confirmation of pricing, System for Award Management (SAM) registration, and revenue disclosures pertaining to federal contracts. Key items also involve a provision to indicate whether the company derived a significant portion of its revenue from federal contracts in the prior fiscal year, tying compliance to specific federal regulations. This form is structured to facilitate the submission of proposals in compliance with federal contracting standards, ensuring that companies provide adequate, transparent details to support their bids while outlining the expectations of the federal agency in awarding contracts.
    This document outlines a federal Request for Proposal (RFP) involving maintenance services for thirteen Kardex/Hi-Density Spacesaving Systems storage units, expected to take place from April 1, 2025, through September 30, 2030. It specifies a base year and four option years for services, detailing quantity and pricing structures for each period. Each line item is currently marked at $0.00, indicating that pricing must be provided for the unit cost of one month of maintenance. The total estimated quantity for maintenance services is twelve months per year, with a provision for a six-month extension beyond the option periods. The main purpose of this RFP is to solicit bids for maintenance services, ensuring compliance with the Performance Work Statement. The document requires potential contractors to provide unit prices for their services, facilitating budget management and ensuring transparency in the procurement process. Overall, it demonstrates the government's commitment to maintaining efficient operations in its facilities through contracted services.
    The Performance Work Statement (PWS) outlines maintenance and inspection services for Kardex Shelving and Hi-Density Spacesaving Systems at F.E. Warren Air Force Base, Wyoming, scheduled to begin on February 5, 2025. The contractor is responsible for personnel, tools, and supplies to ensure proper functionality, including emergency repairs within a 72-hour response time. Key service tasks involve routine inspections, repairs, lubrication of components, and disposal of non-functional parts. Regular service intervals must be coordinated with the Government Point of Contact (POC) to maximize access to units, especially those with additional security requirements. Performance monitoring will ensure compliance with service delivery standards, with potential corrective actions for discrepancies noted. Contractor personnel must undergo background checks and maintain proper identification while on site, adhering to safety, security, and environmental regulations. The contract emphasizes training in operational security practices, aiming to protect sensitive information. In summary, this document establishes the framework for essential maintenance services while maintaining security, safety, and operational efficiency within military operations.
    The document outlines federal contracting clauses and certifications necessary for proposals related to Department of Defense (DoD) contracts. Key clauses address topics such as antiterrorism training, safeguarding defense information, whistleblower protections, and compliance requirements related to former DoD officials. Importantly, the document mandates specific representations and certifications by offerors, which include their status as small businesses or economically disadvantaged enterprises. The comprehensive list of clauses indicates the legal framework that contractors must navigate when participating in government contracts, emphasizing compliance with federal acquisition regulations. It also highlights the requirement to use systems like the Wide Area Workflow (WAWF) for electronic invoicing and payment requests. By adhering to these stipulations, contractors can ensure their eligibility and accountability in federal contracts, while promoting transparency and integrity throughout the procurement process. This document serves as a vital reference for stakeholders involved in preparing bids and managing contracts within the federal and defense sectors.
    The document outlines supplemental clauses relevant to acquisition procedures, particularly concerning the Air Force Global Strike Command (AFGSC). Key elements include the introduction of an ombudsman to address concerns from offerors and interested parties regarding contract processes while maintaining confidentiality. In addition, it prohibits the use of Class I ozone-depleting substances in products related to the contract and emphasizes health and safety standards that contractors must adhere to while working on government installations. Contractors are required to obtain identification and access passes for their personnel, which must be renewed as necessary. Compliance with safety regulations is mandatory, with violations potentially leading to contract termination. This document serves to clarify expectations and procedures for contractors engaged with the Air Force, ensuring environmental safety and operational efficiency during contract execution. Overall, it reflects the federal government's commitment to both regulatory compliance and the welfare of personnel involved in defense procurement processes.
    The document pertains to Solicitation Number FA461325Q1011, which concerns the procurement of maintenance services for Kardex Shelving and Hi-Density Space-saving Systems at F.E. Warren Air Force Base in Wyoming. The solicitation seeks to establish a new contract, confirming that there is no incumbent service provider. Key questions addressed include the nature of the contract, which is indeed a new one, reiterating no previous contract number is relevant. The document's structure is straightforward, presenting a Q&A format to clarify potential bidders' inquiries regarding the procurement process. Overall, this solicitation reflects the Air Force's initiative to engage with vendors for specialized maintenance services, ensuring operational efficiency at the facility. The clear emphasis is on establishing a new contractual relationship for these services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    PKA Relocatable Facility
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.
    Vertical storage unit repair and maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide repair and maintenance services for vertical storage units at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement includes a three-year contract for annual preventative maintenance and repair of seventeen vertical carousels and twenty-four vertical lift modules, with a total estimated value of $12,500,000. This contract is critical for ensuring the operational efficiency and longevity of the storage systems, adhering to OEM recommendations and safety standards. Interested parties must submit their quotes by December 9, 2025, and can contact Michael Pitone at michael.f.pitone.civ@army.mil or Lawrence Mark at lawrence.r.mark2.civ@army.mil for further details.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    SOURCES SOUGHT//SDVOSB - Dover AFB Isochronal Stand Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice to identify potential sources for the maintenance of the Isochronal Stand System at Dover Air Force Base (AFB). The procurement aims to secure a contractor capable of providing comprehensive management, tools, supplies, and labor for preventative maintenance, unscheduled repairs, and emergency services related to the Kern Steel Fabrication, Inc. ISO Stand System, which is critical for the operational readiness of the C-5 Galaxy aircraft. Interested parties must submit a capability statement demonstrating relevant experience and qualifications by December 15, 2023, with responses directed to 2d Lt Travis Ambrose and Ms. Charidy Vessels via email. The anticipated contract period spans from March 1, 2026, to September 30, 2030, with a focus on Service-Disabled Veteran-Owned Small Business participation.
    727 AMS Cargo Racking
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of a Cargo Racking System for the 727 Air Mobility Squadron (AMS) at RAF Mildenhall, United Kingdom. The project involves the fabrication and installation of safety modifications, including 21 rear X-bracings and 63 rubberized pads for the existing 463L cargo racking system, aimed at enhancing safety and operational efficiency in cargo handling. This procurement is critical for maintaining the functionality of the Air Mobility Command's sole en route location in the UK, ensuring secure and efficient cargo movement. Interested contractors must submit their quotes by January 13, 2026, and direct inquiries to Amn Brandon Hampton or SrA Veronica Batista Velez via the provided email addresses, with the understanding that funding is contingent upon availability.
    B1654 Command Post Console Move
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.
    Facility Maintenance Contract IDIQ Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.
    5 Years Security Barriers System Inspection, Testing, Maintenance and Repair (ITMR), Kunsan AB
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a five-year contract focused on the inspection, testing, maintenance, and repair of the Security Barriers System at Kunsan Air Base. This procurement aims to ensure the operational integrity and reliability of security barriers, which are critical for maintaining safety and security at military installations. Interested contractors should note that the opportunity falls under the Facilities Support Services industry, with a NAICS code of 561210 and a PSC code of J095, indicating maintenance and repair services for metal barriers. For further inquiries, potential bidders can contact Kihyun Kang at kihyun.kang.ln@army.mil or 315-755-9303, or Kilchae Song at kilchae.song.ln@army.mil or 315-755-9310.
    Library Refresh
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for a "Library Refresh" project at Spangdahlem Air Base in Germany. This procurement involves the design, furnishing, delivery, and installation of new library furniture, including shelving, circulation desks, and various seating areas, as part of an initiative to enhance the patron experience through a Modern Bookstore Layout remodel. The project is critical for creating an inviting and functional library environment that meets the needs of diverse user groups, including children and young adults. Interested contractors must submit their quotes by January 7, 2025, and are required to attend a mandatory site visit on December 12, 2025, at Building 148. For further inquiries, contact Katrin Arnoldy at katrin.arnoldy.de@us.af.mil or Angie Pequeno at angelica.pequeno.1@us.af.mil.
    Forklift Mast Assembly Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of forklift mast assemblies at Dover Air Force Base in Delaware. The procurement involves providing maintenance and repair services for specialized industry machinery within a 60-mile radius of the base. This service is crucial for maintaining operational efficiency and safety in logistics and material handling operations. Interested parties can contact Anna George at anna.george.2@us.af.mil or 302-677-5220, or Lauren Reed-Smart at lauren.reed-smart@us.af.mil or 302-677-5211 for further details.