Shelving Unit Removal - Indianapolis Indiana
ID: W9124D25QA141Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT KNOXFORT KNOX, KY, 40121-5000, USA

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- PREPARATION AND DISPOSAL OF EXCESS/SURPLUS PROPERTY (P100)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting bids for a non-personal services contract to dismantle and remove shelving systems from two designated areas within the Emmett J Bean Federal Center in Indianapolis, Indiana. The project requires the contractor to provide all necessary resources for the complete removal and off-site disposal of the shelving units, adhering to strict quality control and security protocols. This initiative is part of a broader effort to refurbish federal facilities, ensuring compliance with facility management standards. Interested contractors must submit their quotes by May 14, 2025, with a total contract value of approximately $19 million, and can direct inquiries to Cara Johnson at cara.j.johnson.civ@army.mil or Terry D. Phillips at terry.d.phillips6.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal services contract for the removal of shelving systems from two designated USAFMCOM areas within the Emmett J Bean Federal Center, Indianapolis, IN. The contractor is required to furnish all necessary resources for the tear-down, removal, and off-site disposal of the shelving systems within ten business days of contract award. The project consists of dismantling both electrically powered and manually controlled shelving units, ensuring disposal occurs off-site. Quality control measures must be established by the contractor to meet performance standards defined in the PWS, while the government will employ a Quality Assurance Surveillance Plan to monitor compliance. Regular communication and meetings between the contractor and government representatives will facilitate performance evaluations. All contractor personnel must complete required training, including Anti-Terrorism Level I training, prior to the project's commencement. The contractor will not receive reimbursement for work during government facility closures. This document serves as an essential framework for ensuring contractual obligations are met while maintaining security and performance standards throughout the project's execution.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to dismantle and remove shelving systems from two designated areas of the Emmett J Bean Federal Center in Indianapolis, IN, within ten business days of contract award. The contractor is responsible for providing all necessary resources, including personnel, equipment, and materials, for the complete removal and off-site disposal of the shelving units. The performance objectives emphasize maintaining high-quality standards, with mandatory quality control and assurance checks conducted by the contractor and government representatives. Specific tasks include the removal of electrically powered and manually controlled shelving units from two locations, ensuring that all residual materials are disposed of properly. Contractors must also adhere to various security and identification protocols, complete anti-terrorism training, and comply with guidelines regarding personnel. The document specifies deliverables, including prior notification of personnel and training completion, and emphasizes the importance of effective communication and coordination between the contractor and government representatives throughout the project. The PWS operates within the context of federal RFPs, focusing on efficient service delivery while ensuring compliance with government regulations and maintaining the security of sensitive environments.
    The document outlines questions and answers regarding the USAFMCOM Shelving Removal project, primarily focused on the removal of specific shelving and track systems as detailed in the Performance Work Statement (PWS) and Technical Exhibits. Key points include the unavailability of pictures and site visits, with inquiries directing respondents to the PWS for specifics on dimensions, designs, and shelving levels. Notably, the contractor is prohibited from dropping dumpsters on-site, as clarified in updated PWS Section 4.4. The emphasis is on understanding the physical requirements for the removal work and adhering to set guidelines without site inspections. The document serves as an essential resource for potential contractors to comprehend project specifications and site logistics, ensuring compliance with government contracting requirements.
    The document outlines the solicitation for a Women-Owned Small Business (WOSB) contract concerning commercial products and services, with a specific emphasis on federal contracting procedures. It includes essential details such as requisition and contract numbers, effective dates, contact information for solicitation inquiries, the due date for offers, and guidelines for submission. The solicitation identifies that the acquisition is unrestricted and specifies the relevant North American Industry Classification Standard (NAICS) code for bidders. Additionally, the contract is set for award based on a total amount of $19,000,000. Required action includes that the contractor must sign and return copies to the issuing office, agreeing to furnish specified items under the contract's terms and conditions. The document also integrates several Federal Acquisition Regulation (FAR) clauses relevant to the procurement process, ensuring compliance with federal guidelines. Overall, this solicitation serves to facilitate contracting opportunities for WOSB and encourages participation in federal procurement by providing a structured framework for submission and evaluation of bids.
    This document is an amendment to a federal solicitation, specifically extending the response deadline for vendor offers. The original deadline of April 30, 2025, has been pushed to May 14, 2025, at 11 AM Eastern Daylight Time, allowing vendors more time to address and respond to submitted questions. The amendment requires that vendors acknowledge the amendment prior to the new deadline through specific methods outlined, which include returning copies of the amendment or acknowledging it in their offer submissions. This federal solicitation is managed by the Directorate of Contracting at Fort Knox, Kentucky, with contact information provided for further inquiries. Only the deadline has changed, and all other terms and conditions of the solicitation remain unchanged. This amendment illustrates the government's commitment to ensuring fair and adequate opportunities for vendors to participate in the procurement process.
    This document serves as an amendment to a solicitation or contract issued by the U.S. federal government, specifically regarding procurement processes. It outlines guidelines for acknowledging receipt of the amendment before the specified deadline, and the potential ramifications of failing to do so, such as the rejection of proposals. The amendment provides options for contractors to acknowledge it via various methods, including returning signed copies or through electronic communication. Additionally, it includes sections specifying the modification of contracts, including administrative changes, and a description of the amendment's updates, which include answering questions raised, providing site pictures, and updating the Performance Work Statement (PWS). The document is administrated by the MICC at Fort Knox, Kentucky, indicating a focus on military installations. These amendments are part of the overall solicitation process aimed at ensuring that all parties remain informed and that modifications are executed transparently and in compliance with federal regulations. This includes essential administrative details like contract and modification numbers, ensuring clarity and organization throughout the bidding and contracting processes.
    This document outlines a solicitation for a contract targeting Women-Owned Small Businesses (WOSB) related to the removal of shelving systems at the Emmett J. Bean Federal Center in Indianapolis, IN. The total award amount is $19,000,000, and the contractor is required to complete the work within ten business days of notification, adhering to the terms set forth in the Performance Work Statement. Key details include a firm fixed price for a single job, delivery requirements, and contract administration protocols. It incorporates various Federal Acquisition Regulation clauses, ensuring compliance with provisions governing telecommunications equipment, labor standards, and small business practices. The document serves as a formal Request for Quotes (RFQ), emphasizing submission procedures and deadlines, with awards based on the lowest priced, responsive bid. This solicitation reflects the government's efforts to promote economic opportunities for small and disadvantaged businesses through competitive contracting opportunities.
    The Women-Owned Small Business (WOSB) solicitation document outlines a contractual opportunity for the removal of shelving systems at the Emmett J Bean Federal Center in Indianapolis, IN. The contract, identified under requisition number W9124D25QA1410002, has an award date of April 24, 2025, with bids due by May 14, 2025. The project is set to commence on May 6, 2025, and must be completed within ten business days. It involves a firm-fixed-price structure for a single job that totals $19 million, adhering to specific federal and Defense Federal Acquisition Regulation Supplement clauses. The contractor is required to comply with various clauses concerning electronic submission of payment requests, contract terms, employee rights, and limitations on subcontracting. This solicitation promotes economic opportunities within the federal contracting landscape, focusing on women-owned businesses and compliance with regulations designed to support small business participation. The document emphasizes the importance of adherence to guidelines, submission protocols, and conditions to be fulfilled by the contractor as part of the contract agreement.
    The document outlines a series of photographs taken at two designated areas—Area 1 and Area 2—pertaining to the evident shelving removal project within the USAFMCOM facilities. The first section focuses on the SIPR Café, documenting pathways, back walls, track systems, and shelving units. Area 2 centers on the A30 Space, showcasing similar features, including entryways, back walls, track views, and ceiling details. Each area is detailed with the intent of providing visual context to the shelving structures and the environments from which they are being removed. This information serves as part of a broader government initiative that likely involves refurbishing or upgrading the existing infrastructure within federal spaces, aligning with standard practices for facility management and improvements. The record is important for visual reference, project planning, and execution related to the shelving removal RFP, ensuring compliance and efficiency in the renovation process across government properties.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Construction, Demolition, and Renovation BLDG 453 and Installation of Paint Booth
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction, demolition, and renovation of Building 453, along with the installation of a paint booth at Grissom Air Reserve Base in Indiana. This project is categorized as a Competitive 8(a) set-aside, aimed at enhancing facilities critical for maintenance operations, and will require compliance with specific security protocols as outlined in NIST SP 800-171A. The bid opening has been extended to December 5, 2025, with a minimum acceptance period of 299 days following the offer due date, and the estimated period of performance spans from January 5, 2025, to February 4, 2028. Interested contractors should direct inquiries to Cedric Roberts at cedric.roberts@us.af.mil or call 765-688-2818, noting that funding is not currently available and the solicitation may be canceled if funds do not materialize.
    731st Shelving Rack Project
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking quotations for the 731st Shelving Rack Project, which involves the supply and installation of indoor metal mesh shelving racks at Baza 71 Aeriana in Campia Turzii, Romania. The project requires shelving solutions for various areas, including Supply, Aircraft Maintenance, and Vehicle Maintenance, with specific dimensions and load capacities outlined in the solicitation documents. These shelving units are critical for efficient storage and organization of equipment and materials necessary for military operations. Interested vendors must submit their quotes by December 23, 2025, with a need date for delivery set for January 30, 2026. For further inquiries, potential bidders can contact 1st Lt Ali Elyousfi at ali.elyousfi.2@us.af.mil.
    Industrial Carpenter Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for Industrial Carpenter Services to support operations at the Andrew T. McNamara Headquarters Complex. This procurement involves providing comprehensive management, labor, supervision, tools, materials, and equipment necessary for both interior and exterior building services, structured as an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a minimum value of $5,000 and a maximum ceiling of $24 million. The contract will span a base year from February 28, 2026, to February 27, 2027, with four additional one-year options, emphasizing the importance of quality and compliance with industry standards. Proposals are due by January 9, 2026, and must include five specific volumes for evaluation, with a site visit scheduled for November 20, 2025. Interested parties can contact Angela Mattox at angela.mattox@dla.mil for further information.
    Z1DA--Remodel Building 1, Marion 610-21-101
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Remodel Building 1" project at the VA Northern Indiana Healthcare System in Marion, Indiana. This comprehensive renovation project, estimated to cost between $10 million and $20 million, involves the remodeling of approximately 20,000 square feet, including hazardous material abatement, structural modifications, and upgrades to HVAC, electrical, and IT/security systems. The project is critical for consolidating various services within the facility while ensuring compliance with safety and environmental regulations, particularly concerning the removal of hazardous materials such as asbestos and lead-based paints. Bids are due by January 30, 2026, at 9:00 AM EST, with a mandatory pre-bid site visit scheduled for January 6, 2026. Interested contractors should contact Elizabeth A. Finley at Elizabeth.Finley1@va.gov for further information.
    FY26 EAMC Medical Record Storage and Shredding Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Medical Command, is seeking proposals for record storage and shredding services at the Dwight D. Eisenhower Army Medical Center in Fort Gordon, Georgia. The contractor will be responsible for the secure pickup, storage, retrieval, destruction, and shipment of various media records, including classified and privacy-protected documents, with an estimated annual volume of approximately 1,500 units and 760-1,200 cubic feet of storage. This contract is crucial for maintaining compliance with Army, Air Force, and National Archives regulations, ensuring the secure handling of sensitive information, and providing 24/7 customer service. Interested vendors must submit their proposals by December 19, 2025, and can contact Sara Craig at sara.l.craig2.civ@health.mil or 254-285-6743 for further details.
    Snow and Ice Removal in Indiana, PA
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - New Jersey, is seeking qualified contractors to provide snow and ice removal services in Indiana, PA. This procurement is aimed at ensuring safe and accessible facilities during winter conditions, supporting the operational readiness of the 99th Readiness Division. The contract is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 561790, which pertains to other services to buildings and dwellings. Interested parties can reach out to Emily Schlee at emily.schlee.civ@army.mil or by phone at 609-562-3774, or contact Rita Heyboer at rita.m.heyboer.civ@army.mil or 609-562-7357 for further details.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The procurement involves a comprehensive range of services, including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, ensuring compliance with Original Equipment Manufacturer (OEM) specifications and national safety standards. This contract, which spans a base year with four optional renewal periods, is critical for maintaining the operational readiness and safety of essential manufacturing equipment, including lathes, robots, and CNC machines. Interested vendors must submit their proposals by December 30, 2025, and can direct inquiries to Contract Specialist Dustin Sexton at dustin.p.sexton.civ@army.mil or Contracting Officer Bryce Willett at bryce.t.willett.civ@army.mil.
    Indefinite-Delivery/Indefinite Quantity (IDIQ) Contract for Magazine Maintenance and Repairs
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on magazine maintenance and repairs at Naval Support Activity Crane in Indiana. The contract encompasses a wide range of repair and upgrade tasks, including concrete work, installation and repair of doors, waterproofing, and miscellaneous repairs related to ammunition storage facilities. This contract is crucial for maintaining the operational integrity of the Crane Army Ammunition Activity and Navy Storage Magazines, with a total potential value of up to $45 million over a maximum term of 60 months. Interested small businesses are encouraged to contact Colleen Mckinney at colleen.l.mckinney4.civ@us.navy.mil or Melissa Willis at melissa.l.willis4.civ@us.navy.mil for further details, with a guaranteed minimum task order of $2,500 to be issued upon award.
    MINOR GENERAL CONSTRUCTION MACC AT NSA CRANE AND GLENDORA TEST FACILITY
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is conducting a Sources Sought Notice for a Multiple Award Construction Contract (MACC) focused on minor general construction services at Naval Support Activity (NSA) Crane and the Glendora Test Facility in Indiana. The procurement aims to identify eligible Small Business firms capable of performing a range of construction tasks, including demolition, repair, new construction, and renovation of various facilities and systems, with an estimated total construction cost not exceeding $60 million over five years. Interested contractors must demonstrate relevant experience with projects valued between $30,000 and $600,000, including at least one project over $250,000, and must comply with bonding capacity requirements and subcontracting limitations. Responses are due by December 30, 2025, at 2:00 PM EST, and should be submitted electronically to Emily Grisson at emily.a.grissom.civ@us.navy.mil.
    Blue Marsh Waste Removal Service Contract
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking a contractor for a firm fixed-price service contract for waste removal services at Blue Marsh Lake in Leesport, Pennsylvania. The contractor will be responsible for the removal of trash, garbage, and debris from the site, with the base period of performance running from February 1, 2026, to December 31, 2026, and options for four additional years through December 31, 2030. This service is crucial for maintaining the cleanliness and operational integrity of the recreational area managed by the USACE. Interested contractors must submit their quotes electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadline, and any inquiries should be directed to Molly Gallagher at molly.gallagher@usace.army.mil or by phone at 215-656-6777.