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 routine inspections, emergency repairs, and ensuring the functionality of the systems, with services scheduled to commence on February 5, 2025, and extend through September 30, 2030, including a base year and four option years. This procurement is critical for maintaining operational efficiency and security within military facilities, emphasizing compliance with safety and environmental regulations. Interested contractors should contact Brandon Bartlett at brandon.bartlett.2@us.af.mil or (307) 773-3892 for further details and to ensure their proposals meet the outlined requirements.

    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Removal of Space Saver Shelves B1941
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the removal and disposal of Space Saver Shelves from Building 1941 at Shaw Air Force Base in South Carolina. The project involves the removal of 47 Spacesaver Eclipse shelves, with a completion timeline of 30 days, and allows contractors discretion regarding disposal methods, including salvaging or donating the shelves, provided they comply with relevant regulations. This procurement is significant for maintaining operational efficiency and safety within the facility, with an estimated contract value of $34 million. Interested contractors, particularly Women-Owned Small Businesses, must submit their proposals by February 19, 2025, and can contact Kishauna Goodman at kishauna.goodman@us.af.mil or Joseph Nemedy at Joseph.Nemedy.1@us.af.mil for further information.
    McConnell AFB Lektriever Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to perform repairs on a Remstar Model SYS 120-1411US located at McConnell Air Force Base's Military & Family Readiness Center. The contractor will be responsible for diagnosing issues, supplying necessary parts and labor, and completing repairs within a maximum of 45 days post-award, while providing weekly status updates and ensuring compliance with all applicable regulations. This repair work is crucial for maintaining the operational readiness of the Military & Family Readiness Center, which supports military personnel and their families. Interested parties should contact SSgt James Gomez at james.gomez.9@us.af.mil or by phone at 316-759-4518 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Construct VM/AGE Complex
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a Vehicle Maintenance/Aerospace Ground Equipment (VM/AGE) Complex at the Wyoming Air National Guard in Cheyenne, Wyoming. This project involves the construction of a 30,300 square-foot facility designed to enhance military maintenance capabilities, with a budget estimated between $10 million and $25 million. The procurement is exclusively set aside for small businesses, and proposals will be evaluated based on technical capability, past performance, and price, with a strong emphasis on technical aspects. Interested contractors must submit their proposals by February 18, 2025, and are encouraged to attend a pre-proposal conference and site visit scheduled for January 14, 2025. For further inquiries, potential bidders can contact Christopher Davalos at christopher.davalos.1@us.af.mil or Kristopher K. Kahle at kristopher.kahle@us.af.mil.
    Didsbury Hoist Maintenance - Fairchild AFB, WA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking authorized businesses to provide annual reconditioning and re-certification services for 25 Didsbury Pod hoist units at Fairchild Air Force Base in Washington. The procurement aims to ensure the safe operation of these hoists through comprehensive inspections, load testing, and necessary repairs, adhering to military regulations and technical guidelines outlined in the attached draft Statement of Work. This opportunity is critical for maintaining operational efficiency and safety standards for lifting systems used by the military. Interested parties must submit their capability statements by February 18, 2025, at 10:00 AM Pacific Time, and can contact Yuying Wang or Kathleen L. Rauch for further information.
    Armory Rack Upgrade
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for an Armory Rack Upgrade at Joint Base San Antonio (JBSA) Lackland, Texas, under solicitation FA301625Q0062. The project aims to enhance military equipment storage solutions by upgrading existing armory weapon racks to accommodate improved firearm storage, including mobile racks for M4 rifles and handguns, while ensuring compliance with safety standards. This procurement is a total small business set-aside, with a firm fixed price contract expected to be awarded based on the lowest priced, technically acceptable bids. Interested vendors must submit their quotes via email by 10:00 A.M. CST on February 19, 2025, and are encouraged to direct inquiries to Jack Caniglia or Amanda Mateo at the provided contact information.
    Eagle Hardware Storefront Services, Warehouse, and Supply Management Kadena AB, Okinawa, Japan
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide storefront services, warehouse, and supply management at Kadena Air Base and other locations in Okinawa, Japan. The contractor will be responsible for managing government-owned property, including tools and maintenance supplies, and ensuring that Eagle Hardware stores remain stocked with essential materials for authorized personnel and Military Family Housing residents. This procurement is critical for maintaining operational efficiency and supporting various maintenance and repair tasks within the military facilities. Interested parties must submit their proposals by February 18, 2025, at 2:00 PM Japan Standard Time, and requests for information are due by February 7, 2025, at 10:00 AM JST. For further inquiries, contact Kurt Stuebs at kurt.stuebs.2@us.af.mil or Marina Joyce Amosin at marinajoyce.amosin.ph@us.af.mil.
    Hangar Door Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the maintenance of hangar doors at Eglin Air Force Base, Florida, under a contract valued at approximately $12.5 million. The contract requires quarterly inspections and preventative maintenance of two HydroSwing doors and one Wilson bi-fold door over a base year and four option years, ensuring operational reliability and compliance with safety standards. This procurement is particularly significant as it supports the operational capabilities of military facilities, emphasizing the government's commitment to utilizing small businesses, including those owned by women and economically disadvantaged individuals. Interested contractors must submit their offers by February 18, 2025, and can direct inquiries to Amn Alexander Maravilla at alexander.maravilla@us.af.mil or by phone at 850-882-0279.
    NDI Hoist Rail Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide NDI Hoist Rail Services at Hill Air Force Base, Utah. The procurement involves maintenance and repair services for the REL Hoist Rail System, including preventative maintenance, emergency repairs, and software updates, all in accordance with OEM specifications. This contract is crucial for ensuring the operational readiness and reliability of essential maintenance systems, with a performance period from April 25, 2025, to April 24, 2030. Interested contractors must submit their offers by March 3, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Heather Minchey at heather.minchey.1@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil.
    Schriever Vehicle Barriers Maintenance and Repair (VB M&R) Services
    Buyer not available
    The Department of Defense, through the U.S. Space Force, is seeking proposals for Vehicle Barriers Maintenance and Repair (VB M&R) Services at Schriever Space Force Base in Colorado. The procurement aims to secure comprehensive maintenance, inspections, and minor repairs for various vehicle barrier systems, ensuring their operational readiness and compliance with federal standards. These services are critical for maintaining security and safety at military installations, reflecting the government's commitment to effective infrastructure management. Interested vendors must submit their proposals, including technical and past performance documentation, by the specified deadlines, with inquiries directed to Linda A. Cummings at linda.cummings@spaceforce.mil or by phone at 719-567-5758.
    463L Legacy Cargo Pallets
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year Firm Fixed Price Requirements contract focused on the repair of 463L Cargo Pallets. The contract includes a one-year basic period and four one-year option periods, with a total estimated quantity of 84,000 pallets to be repaired, each capable of transporting up to 10,000 lbs. on military aircraft. These pallets are critical for cargo operations and must meet stringent military specifications, including compliance with MIL-DTL-27443 standards. Interested contractors should note that the solicitation will be issued as a sole source to AAR Mobility Systems, with the Request for Proposal (RFP) available on January 29, 2025, and responses due by February 28, 2025. For further inquiries, potential bidders can contact Wesley Hardy at wesley.hardy@us.af.mil or Timothy G. Hudson at timothy.hudson@us.af.mil.