Business Plan Material Control & Reduction Support
ID: FA857125Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Business Plan Material Control and Reduction Support services at Warner Robins Air Logistics Complex, Robins Air Force Base, Georgia. The procurement requires three full-time Business Systems Analysts (equivalent to GS-0301-12) to analyze material data, correct transaction errors, and implement cost management techniques, with each analyst expected to complete 1,872 hours of work over the contract period from February 8, 2025, to February 7, 2026. This initiative is part of the 8(a) Program aimed at fostering economic opportunities for underrepresented businesses while ensuring quality service delivery to the federal government. Interested parties should contact Paul Rogers at paul.rogers.24@us.af.mil or Jeffery Pruitt at jeffery.pruitt.1@us.af.mil for further details, and must adhere to the specified deadlines and compliance requirements outlined in the solicitation FA857125Q0003.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Industrial Safety and Health Requirements for contractors engaged in Business Plan Material Control & Reduction Support for the Air Force, effective July 17, 2024. It emphasizes that contractors must develop a detailed Safety and Health Plan adhering to federal, state, and local laws, including OSHA regulations. Key sections include responsibilities for environmental safety, compliance with Voluntary Protection Programs (VPP), and the obligation to ensure the safety of both contractor and subcontractor employees. Contractors must maintain a safety program, undergo periodic inspections, and follow strict mishap notification protocols within four hours of incidents. The document details classification criteria for mishaps and outlines impoundment procedures for mishap scenes. It mandates that contractors provide appropriate personal protective equipment and facilitate ongoing employee training in safety practices, including specific fire protection measures. The overall aim is to safeguard personnel and government property during operations, underscoring the importance of compliance and proactive safety management. The guidelines serve as a contractual requirement, ensuring that contractors fully understand and address safety risks and regulatory expectations.
    The DD Form 1423-1 is a government document used to outline the requirements for a data item in federal contracts, specifically focusing on the Contract Data Requirements List (CDRL). It establishes critical information including contract details, data item titles, authorities, submission timelines, and distribution guidelines. The form is intended for use by contractors tasked with delivering various data types related to their contracts, such as technical documents and status reports. A key aspect involves the contractor's obligation to conduct monthly expense reviews and produce Event Summary Reports, which must be submitted electronically to designated government points of contact (POCs) by the 7th working day of each month. The instructions for completing the form detail the necessary entries and categories, helping ensure compliance and clarity in data handling. The document aims to facilitate effective communication and oversight between government entities and contractors, bolstering accountability in contract execution and data management.
    The DD Form 1423-1 is utilized to outline the Contract Data Requirements List (CDRL) for federal contracts. It facilitates the organization and communication of required data items, including specifications on submission frequency, authorities, and distribution. The form delineates sections for contract line item numbers, data item titles, and responsible offices, alongside details regarding preliminary and subsequent submissions. Each entry must identify the necessary inspection and acceptance by the government, marking respective data categories such as Technical Data Packages or Technical Manuals. Specific guidelines for contractors concerning pricing groups (I-IV) based on the nature of data development are also included. The document emphasizes the importance of accurate data management within the context of Department of Defense contracts, ensuring compliance and efficiency in communication between contracting parties. Additionally, it outlines points of contact for various roles involved in contract management, further supporting effective administrative processes within federal procurement activities.
    The DD Form 1423-1 is a Contract Data Requirements List (CDRL) utilized by the Department of Defense (DoD) to formalize data item requirements for contracts. This specific form outlines the necessary data items to be provided by the contractor, including details such as the data item title, associated contract and contractor information, submission frequency, and distribution details. The primary focus is the collection and analysis of material data by the contractor to identify potential reductions in costs related to material support and labor. This data analysis is to culminate in a monthly Potential Reduction Report submitted electronically to designated government points of contact. The document emphasizes the need for clear definitions of the types of data under contract, the roles of government personnel involved in the process, and the financial implications of providing this data, categorized into pricing groups based on their relationship to the main contracted effort. Overall, this form serves as a framework for ensuring compliance, accountability, and effective communication between the government and contractors, essential for maintaining efficiency and cost-effectiveness in government contracts.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL), which specifies data submission requirements for federal contracts, particularly within the Department of Defense (DoD). The document details critical sections necessary for completing the form, including the contract line item number, data item title, authority under which the data is requested, and specific requirements for submissions, such as the frequency and distribution of reports. The main objective is to ensure that contractors adhere to contractual obligations regarding data required for performance evaluation and oversight. Additionally, the CDRL identifies points of contact for coordination, including government representatives and contracting officers, to facilitate effective communication regarding data submissions. The form also includes sections for remarks and estimated costs associated with producing and delivering the specified data items, enabling the government to manage expectations for data deliverables. This structured approach aligns with federal and state/local contracting practices, emphasizing accountability and clarity in data management for government contracts.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) used to document data item requirements for Department of Defense contracts. This form assists in managing the submission and approval of data necessary for contract performance. It includes sections for contract details, data item specifics such as title, frequency, and required submissions, as well as contact details for government personnel overseeing the data items. The primary requirement detailed in the document is a cost/benefit analysis of material process initiatives, which must be submitted electronically by the contractor to designated government officials within seven working days after each month. Key contacts are provided, including their roles and contact information. The form also includes instructions for both government personnel and contractors on filling out the required information, specifying the nature of the data, and outlining price estimation groups for submitting costs associated with data items. This document emphasizes the importance of precise data documentation in ensuring contract compliance and facilitating government oversight of contractor obligations, crucial for maintaining transparency and efficiency in federal contracting processes.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) for government contracts, establishing guidelines for data items required by the Department of Defense. The document outlines essential fields such as Contract Line Item Number, Category, System/Item, and Contractor details, along with a clear process for data submission timelines and distribution. It emphasizes contractors’ responsibilities to measure and report material support and labor cost savings, submitting Status Reports to designated Government Points of Contact (POCs) by the seventh working day of each month. Additionally, the form specifies various categories for data items, including Technical Data Packages and Technical Manuals, providing guidance on the necessary approvals and inspection requirements. The document also details the pricing groups for data item preparation, ranging from non-essential to more critical data for contract performance. It concludes with instructions for proper data item completion and classification according to government standards, emphasizing compliance and accuracy in information reporting for effective contract management and oversight.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL), specifically for the submission of Financial Correction Reports by contractors to the government. The contractors are tasked with providing detailed reports, including data on material exceptions corrected by both contractor and government personnel, cost savings, and other relevant metrics, by the 7th working day of each month. The form also includes instructions for proper completion, emphasizing the need for clarity in the categorization of data items and the role of various government personnel associated with the contract. It specifies the obligations related to the frequency of submissions, document distribution, and approval processes. The document serves as a framework to ensure that the necessary financial data is collected and reported accurately, supporting compliance and management within federal contracting processes. This CDRL is vital for transparency and effective financial oversight in defense contracting.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL), facilitating the submission and management of specific data items tied to government contracts, particularly within the Department of Defense. The form includes essential sections for capturing contractual details such as item numbers, titles, required offices, and submission schedules. Contractors are responsible for error correction on financial documents within specified timeframes and for maintaining accuracy in the data managed by government personnel. Key contacts for contract management and oversight are identified, including points of contact for various roles, such as the Government POC and Contracting Officer's Representative (COR). The form also outlines the specific requirements for data submissions, including the frequency and format, while categorizing the data items into groups based on their necessity and impact on the contracted services. Overall, this document ensures compliance with data management policies and sets expectations for the quality and precision of information provided by contractors in support of government contracts.
    The DD Form 1423-1 serves as a Contract Data Requirements List, necessitating the collection of specific data items for government contracts. It delineates requirements for submission frequency, distribution, and content, aiming to streamline data acquisition and management. Key sections of the form include data item numbers, titles, and authorities, ensuring clarity on the technical specifications and delivery expectations. Responsibilities are assigned to various government points of contact, including contracting officers and representatives, promoting oversight of data collection processes. The document outlines the types of data requested—Technical Data Package (TDP), Technical Manual (TM), or other categories. Detailed instructions guide both government personnel and contractors on completing the form accurately, emphasizing compliance with Department of Defense requirements. The pricing groups defined in the form categorize costs associated with data item preparation, indicating the financial implications involved in compliance. Overall, this form is integral to the contracting process, ensuring that necessary data is communicated effectively, thereby enhancing government procurement efficiency and accountability.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) utilized in government contracts, specifically for the Department of Defense. It outlines the requirements for contractors to submit data related to a specific contract, including various options for technical data packages, manuals, and other documentation types. Key sections of the form include item categorization, frequency of submissions, and details about the data item, including its title, authority, and distribution. Additionally, it includes guidance for both government personnel and contractors on completing the form, focusing on required specifications, timelines for submissions, and the estimated costs associated with each data item. The document emphasizes the importance of clarity in data requirements to ensure compliance with government standards and facilitate effective project management. Contact points for both government and contracting representatives are provided, ensuring streamlined communication. Ultimately, this form aids in managing contract deliverables, reinforcing accountability among contractors through clear expectations regarding data submissions and approvals.
    The document is the DD Form 1423-1, a Contract Data Requirements List utilized by the Department of Defense (DoD) to outline data item requirements for contracts. It specifies detailed information essential for data submission associated with contracting agreements, including item references, titles, preparation dates, and submission frequencies. The form also provides a structure for categorizing data items (Technical Data Package, Technical Manual, or Other) and requirements for inspections and approvals. Key details include a specific training requirement for contractors and subcontractors working on Robins Air Force Base to complete Air Force-provided Energy Management System (EnMS) Training before commencing work. It outlines roles and contact details for government personnel responsible for the contract, including points of contact (POC) and Contracting Officer's Representatives (COR). As a crucial tool in managing federal contracts, this form ensures compliance with data reporting, enhances financial planning through estimated costs for data items, and maintains accountability in contractor performance, reflecting the broader objectives of government oversight in federal and state RFP processes. Overall, the document establishes a framework for contractors to meet government data requirements effectively while ensuring safety and proper management of personnel training.
    The DD Form 1423-1 is a government document that outlines the Contract Data Requirements List (CDRL) used to specify data items needed from contractors. The form captures essential details including the title of the required data item, contractor information, timelines for submissions, and distribution requirements. A key focus is the Contractor's Safety Plan, which must be submitted for review within ten working days of contract award. The government will respond with any comments within five days, determining if the submission is accepted as final. Instructions are provided for government personnel and contractors on completing the form, including item definitions and estimating associated costs for data items. The form emphasizes the importance of conforming to government specifications and outlines the preparation, control, and quality requirements for data items. This process is crucial in government contracts to ensure necessary documentation and safety plans are structured and submitted effectively, enhancing accountability and compliance in contract management.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) for the Department of Defense, outlining the requirements for data item submissions from contractors. The document includes details such as the contract line item number, requiring organization, data frequency, and distribution of reports. Specifically, the form mandates contractors to report any mishaps or incidents that occur during contract operations to the Robins AFB Safety Office within specified timeframes, detailing aspects like the incident's cause and estimated costs. It provides instructions on how to complete the form, ensuring clarity on the type of data required, along with categories for data items and pricing groups related to data submission costs. The overall purpose of the document is to establish a structured approach for data collection and reporting, ensuring compliance with government regulations and enhancing oversight in contract management within federal and state-level procurement processes. The detailed instructions and structured reporting format aim to facilitate communication and accountability among contractors and government representatives.
    The Performance Work Statement (PWS) outlines the provision of Business Plan Material Control and Reduction Support services for the Warner Robins Air Logistics Complex at Robins Air Force Base, GA. The contractor is required to supply three full-time Business Systems Analysts (GS-0301-12), who will analyze material data from various financial systems, identify and correct transaction errors, implement cost management techniques, and assist in information technology processes. Key deliverables include monthly status reports on material management, potential cost reductions, financial corrections, and error tracking. Additionally, the PWS details operational protocols, such as a defined phase-in period, security requirements, and adherence to government policies and training programs. The contractor must maintain a robust safety program, comply with environmental management standards, and use secure communication methods. The document emphasizes the importance of accurate material management and fiscal accountability while ensuring that contractor personnel operate under appropriate security clearances and maintain identification on the premises. This initiative reflects a commitment to improving operational efficiency and cost-effectiveness within the government's material support operations.
    The document outlines a solicitation for a contract designated FA857125Q0003, specifically targeting Women-Owned Small Businesses (WOSB) for providing Business Analyst services under the 8(a) Program. It details the requisition number, effective conditions, and critical deadlines, emphasizing the requirement for three full-time Business Systems Analysts to assist with Business Plan Material Control and Reduction Support. Each analyst is expected to complete 1,872 hours of work over the contract period from February 8, 2025, to February 7, 2026, with an option for renewal. The document includes pricing arrangements, delivery details, inspection processes, and invoicing requirements, highlighting that all proposed work must align with federal acquisition regulations. Moreover, it stipulates compliance with various federal clauses, including those pertaining to labor standards and small business utilization. The contract aims to foster economic opportunities for underrepresented businesses while ensuring quality service delivery to the federal government, reflecting priorities of equity and program participation within public procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    ECOLBE Brake Tester
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of one C-5 ECOLBE Brake Tester to be delivered to the 402d Aircraft Maintenance Group at Robins Air Force Base in Georgia. The contractor is required to provide all necessary tools, parts, materials, equipment, labor, and transportation for the assembly and delivery of the brake tester, adhering to specific design drawings and operational security regulations. This procurement is crucial for maintaining operational readiness within military operations, emphasizing the importance of compliance with environmental standards and supply chain risk management. Interested small businesses must register in the Joint Certification Program to obtain bid documents and submit their proposals, with the primary contact for inquiries being Tarmeka Battle at Tarmeka.Battle@us.af.mil.
    AGILENT 3070 TEST STATIONS ON-SITE SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide on-site support for eight Agilent 3070 Series I, II, and III Test Stations located at Robins Air Force Base in Georgia. The contractor will be responsible for delivering all necessary labor, tools, equipment, and materials to perform unscheduled repairs, calibration every 180 days, and technical support, ensuring the operational readiness of critical aerospace equipment. This support is vital for maintaining the serviceability of Line Replaceable Units (LRU) and Shop Replaceable Units (SRU), with a contract period of one year and four optional extensions. Interested parties should contact Hayley Dowling at hayley.dowling@us.af.mil or Phillip Richardson at phillip.richardson.2@us.af.mil for further details, as this opportunity is set aside for small businesses.
    Laser Vector Preventative Maintenance and Calibration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide preventative maintenance and calibration services for Laser Vision Vector Measuring Machines and VB-series Tube Benders at Robins Air Force Base, Georgia. The contractor will be responsible for supplying all necessary materials, parts, labor, and travel to ensure the operational readiness of three Laser Vision Vector Measuring Machines and six VB-series Tube Benders, with a focus on safety and compliance with federal and Air Force regulations. This contract is critical for maintaining production capabilities, as the equipment is essential for certifying tubes in the shop, and the services are to be solicited on a sole-source basis from the original equipment manufacturer, NUMALLIANCE-NORTH AMERICA, INC. Interested parties can reach out to Hayley Dowling at hayley.dowling@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further inquiries, with the contract period estimated from November 25, 2024, to November 24, 2030.
    MABSM Implementation and Sustainment for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to implement and sustain the Maintenance Business System Modernization (MABSM) for the Aircraft Maintenance Groups at the Oklahoma City Air Logistics Center (OC-ALC) and Warner Robins Air Logistics Center (WR-ALC). This procurement involves a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for a period of 2 years and 6 months, focusing on the implementation of customized Impresa software, project management, user training, and ongoing support to ensure system accuracy and compliance with quality control measures. The selected contractor will play a critical role in enhancing maintenance practices within the Air Force, with the anticipated solicitation number being FA822425R0002 and a projected start date in November 2024. Interested parties can reach out to Jason Neering at jason.neering@us.af.mil or Jacob Molnar at jacob.molnar@us.af.mil for further inquiries.
    Essential Engineering, Research, and Development Capabilities at Robins AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is conducting a market survey to identify educational, nonprofit institutions, or federally funded research and development centers capable of providing essential engineering, research, and development services at Robins Air Force Base (RAFB) in Georgia. The procurement aims to augment and extend the organic engineering capabilities of the U.S. Air Force and its Foreign Military Sales partners, focusing on areas such as structural engineering, reliability-centered maintenance, software development, and cybersecurity. This initiative is critical for maintaining and improving weapon system availability and operational safety at RAFB, with contractors expected to manage all aspects of the contract, including quality control and safety compliance. Interested parties should contact Adney Keel at adney.keel@us.af.mil or Kristen Campbell at Kristen.campbell.2@us.af.mil for further information, noting that participation in this survey does not guarantee future contract awards.
    Group Exercise Contract Manger
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to manage the Group Exercise Program at the Robins Air Force Base Fitness Center. The Group Exercise Contract Manager (GECM) will be responsible for overseeing a minimum of 780 exercise sessions from November 26, 2024, to November 25, 2025, ensuring that certified instructors lead classes and that safety and health standards are maintained throughout the program. This contract, valued at approximately $17.5 million, emphasizes the importance of providing quality fitness services while adhering to federal regulations and promoting small business participation, particularly from Women-Owned Small Businesses (WOSB). Interested parties should direct inquiries to Andrea McLendon at andrea.mclendon.1@us.af.mil or Alycia Carter at alycia.carter.1@us.af.mil, with all questions submitted by 4 PM EST on November 4, 2024.
    HQ AFMC/A4N Logistics, IT, & Enterprise Architecture Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Headquarters Air Force Material Command (AFMC), is seeking sources for Logistics, IT, and Enterprise Architecture support at Wright Patterson AFB, Ohio. The primary objective of this procurement is to identify qualified small businesses capable of providing comprehensive logistics IT services, including data management, IT security, document management, and analytics, to enhance operational agility and support the AF A4 Data Strategy. This initiative is crucial for modernizing logistics processes and ensuring data integrity within the Air Force, particularly in the context of Great Power Competition. Interested parties must submit a capabilities package by October 26, 2024, demonstrating their expertise and compliance with the specified requirements, including a current Secret Facility Clearance. For further inquiries, contact Dominic McClung at dominic.mcclung@us.af.mil or Lauren Love-Edwards at Lauren.love-edwards@us.af.mil.
    Vehicle Management Data Analysis and Tools
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the Vehicle Management Data Analysis and Tools project, aimed at enhancing vehicle management processes through data analysis and the development of stand-alone database tools. The primary objective is to provide enterprise-level support for the analysis and cleansing of Air Force vehicle management data, as well as to maintain and update various database tools, including the Personal Computer – Vehicle Management Tool (PC-VMT) and the Federal Automotive Statistical Tool (FAST). This initiative is crucial for improving operational efficiency across 257 locations and ensuring high standards of data integrity within the Air Force's vehicle management systems. Interested parties can contact Steve Renfroe at Carlos.renfroe.1@us.af.mil for further details, with the contract performance period set for 12 months and options for extension available.
    Bldg 91 Overhead Fall Arrest Systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a market survey to identify potential sources for the design, delivery, and installation of eight overhead Fall Arrest Systems (FAS) at Robins Air Force Base in Georgia. These systems are crucial for ensuring the safety of technicians working on elevated C-130 maintenance stands within Building 91, requiring a design that accommodates multiple users and complies with safety standards. Interested contractors must submit documentation demonstrating their capabilities, including previous relevant experience and any teaming arrangements, by the deadline of November 22, 2024. For further inquiries, interested parties can contact Phyllis Vail at phyllis.vail@us.af.mil or Lisa Matney at lisa.matney@us.af.mil.
    Warehousing and Shipping Support (AFLCMC) Air Force Special Operations Wright Patterson Air Force Base
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is conducting a market survey to identify small business concerns for a warehousing and shipping support contract at Wright Patterson Air Force Base in Ohio. The project involves the management of inventory and logistics for approximately 155,000 items, including ITAR and hazardous materials, to support Air Force programs and other Department of Defense operations. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must respond by November 5, 2024, with details on their qualifications and relevant experience, as the contract is expected to span 1 year with 4 option years and will require adherence to specific performance criteria. For inquiries, contact Matthew Lindsay at matthew.r.lindsay@usace.army.mil.