Heavy Equipment Moving
ID: FA812624Q0052Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8126 AFSC PZIMBTINKER AFB, OK, 73145-3305, USA

NAICS

Site Preparation Contractors (238910)

PSC

NATURAL RESOURCES/CONSERVATION- SITE PREPARATION (F021)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide heavy equipment moving services for the removal of a 54-inch Vertical Turret Lathe at Tinker Air Force Base in Oklahoma. The procurement involves a one-time service contract, scheduled from September 12 to September 23, 2024, with a mandatory site visit on September 18, 2024, to ensure compliance with safety and operational requirements. This project is critical for maintaining the efficiency of military logistics and operations, emphasizing the importance of safety and adherence to federal regulations throughout the execution of the work. Interested vendors must submit their quotations by September 19, 2024, and can contact Brian Eakers at brian.eakers@us.af.mil or 312-852-1986 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Sustainment Center (AF SC/PZIMB) at Tinker Air Force Base, Oklahoma, has issued a combined synopsis/solicitation for the removal of a 54-inch vertical turret lathe. This Request for Quote (RFQ) is set aside for small businesses and aims to award a firm-fixed-price contract for heavy equipment moving services planned for September 11-23, 2024. A site visit for interested contractors is scheduled for September 16, 2024, to assess the worksite, requiring prior notification to the contracting officer. Quotations are due by September 19, 2024, with the award based on the lowest acceptable price. Contractors must be registered in the System for Award Management (SAM) database to be eligible for contract award. The solicitation adheres to provisions under FAR Part 12 and Part 13, emphasizing a streamlined evaluation process for commercial items. The government retains the right to cancel the solicitation without reimbursement for incurred costs. This document reflects standard practices for federal contracts, focusing on transparency, compliance, and encouraging participation from the small business sector.
    The Air Force Sustainment Center at Tinker Air Force Base, Oklahoma, has issued a combined synopsis/solicitation (FA812624Q0052) for the removal of a 54-inch Vertical Turret Lathe, under a 100% Small Business Set-Aside, Firm-Fixed-Price contract. The primary service required is heavy equipment moving, with performance expected between September 12 and September 23, 2024. Interested contractors are encouraged to attend a mandatory site visit scheduled for September 16, 2024. Quotations are due by September 19, 2024, at 1:00 PM CST. Vendors must provide specific documentation including technical evaluation criteria and ensure they are registered in the System for Award Management (SAM) database. The government reserves the right to cancel the solicitation without reimbursement for incurred costs. Award will go to the lowest acceptable price bid that fulfills the requirements laid out in the solicitation, following FAR Part 12 and Part 13 guidelines. This RFP indicates the government’s commitment to acquiring necessary services while supporting small businesses in the contracting process.
    The Air Force Sustainment Center (AFSC) is soliciting quotes for the removal of a 54-inch Vertical Turret Lathe at Tinker Air Force Base, Oklahoma. This combined synopsis/solicitation invites small businesses to bid on a Firm-Fixed-Price contract for heavy equipment moving services, specified under solicitation number FA812624Q0052. A site visit is scheduled for September 16, 2024, to allow interested contractors to inspect the work site, and attendance notification is required by September 13. Quotations must be submitted by September 19, 2024, with preference for email submissions. Vendors must be registered in the System for Award Management (SAM) to be eligible for award, which will be granted to the lowest priced acceptable vendor. The government reserves the right to cancel the solicitation at any time and will not reimburse vendors for incurred costs. The document outlines vendor requirements, evaluation criteria, and submission details essential for a successful bid. This solicitation exemplifies the government’s commitment to support small businesses in procurement processes while ensuring competitive pricing for services.
    The document outlines a Request for Quote (RFQ) for the removal of a 54-inch Vertical Turret Lathe at Tinker Air Force Base, Oklahoma, under Solicitation Number FA812624Q0052. This combined synopsis/solicitation aims to secure heavy equipment moving services through a 100% Small Business Set Aside, Firm-Fixed-Price contract. The primary deliverable is a one-time service scheduled from September 12, 2024, to September 23, 2024. Interested vendors must register in the System for Award Management (SAM) and submit their quotations by September 19, 2024. A mandatory site visit is set for September 18, 2024, requiring prior notification for attendance. The evaluation for award will prioritize the lowest acceptable priced submission. The document emphasizes the government's right to cancel the solicitation without reimbursement for costs incurred by vendors. Overall, the RFQ seeks effective participation of small businesses in fulfilling military requirements while ensuring fair competition and adherence to predefined regulations.
    The Performance Work Statement (PWS) outlines the requirements for the removal of a 54-inch Vertical Turret Lathe at the Oklahoma City Air Logistics Complex (OC-ALC) on Tinker Air Force Base. The contractor is tasked with providing all necessary labor, tools, and equipment to safely and efficiently remove this 50,000-pound lathe from Building 3001. Key activities include mobilization of equipment, lifting the lathe using a 90K forklift, and transporting it via a Defense Logistics Agency truck. Safety is emphasized throughout the contract, with strict adherence to applicable federal and Air Force safety regulations required. The contractor must maintain a comprehensive Safety and Health Plan, and various training sessions will be mandated prior to work commencement. The document also underscores the importance of timely reporting of mishaps, injuries, and damages to government property. Overall, this PWS serves as a crucial framework for ensuring that the lathe's removal is executed safely and in compliance with government protocols, reflecting the federal commitment to maintaining a safe working environment while managing logistics effectively.
    The Register of Wage Determinations under the Service Contract Act outlines minimum wage and fringe benefit requirements for contractors providing services to the federal government. Effective from January 30, 2022, contracts must comply with Executive Order 14026, requiring a minimum pay rate of at least $17.20 per hour; earlier contracts may fall under Executive Order 13658, with a minimum of $12.90 per hour. The document lists specific occupation codes and associated wage rates for various job classifications, varying from administrative support to technical occupations, relevant to Oklahoma's counties specified. Contractors are obligated to provide benefits such as health and welfare payments, paid sick leave following Executive Order 13706, and paid vacation. Additionally, provisions concerning pay differentials for hazardous work and requirements for uniforms are included. The document also details the conformance process for any job classifications not listed, ensuring compliance with labor laws. This wage determination serves as a guide for employers in meeting federal labor standards for service contracts, ensuring workers receive fair compensation and benefits.
    Lifecycle
    Title
    Type
    Heavy Equipment Moving
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Tiger Tug Model 8.0
    Active
    Dept Of Defense
    The Department of Defense, specifically the Oklahoma Army National Guard (OKARNG), is seeking proposals for the procurement of a Tiger Tug Model 8.0, a specialized helicopter moving system essential for efficient aircraft handling operations. This procurement is critical to support the high demand of aviation operations, as the Tiger Tug is capable of lifting up to 8,000 lbs and features a patented scissor lift mechanism that enhances safety and minimizes equipment damage. The contract will be awarded as a Firm Fixed Price (FFP) and requires delivery to Tulsa, Oklahoma, within 30 days of contract award. Interested small businesses must submit their proposals electronically by September 19, 2024, and direct any questions to Candace O'Brian or Harvetta Taylor via email by September 11, 2024.
    Bridge Crane Extensions
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center, is seeking qualified small businesses to provide various steel materials for bridge crane extensions at Tinker Air Force Base in Oklahoma. The procurement includes a total of ten line items consisting of square tubing, laser-grade plates, wide flange beams, and C-channels, all required to meet specific ASTM standards for structural integrity in military projects. This initiative underscores the Air Force's commitment to supporting small businesses while fulfilling critical infrastructure needs. Interested vendors must submit their quotes by September 19, 2024, and can reach out to Carter Moore or Bryce Cornish for further inquiries regarding the solicitation.
    Monarch Lathe Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of Monarch lathe parts, which are critical for the operations of the Tool & Die PDM shop. This procurement is a brand name only requirement, limited to Monarch Lathes, LP and two authorized resellers, due to the proprietary nature of the parts and the necessity for compatibility with existing equipment. The acquisition supports military readiness by ensuring the availability of essential components for an outdated lathe model, originally manufactured in 1941. Proposals are due by September 19, 2024, with the contract expected to be awarded shortly thereafter, and interested vendors should contact Anthony Dollard at anthony.dollard@us.af.mil for further details.
    Bead Breaker
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a 3MXS Bead Breaker, essential for the maintenance of aircraft wheel assemblies at Joint Base Elmendorf-Richardson (JBER) in Alaska. This equipment is critical for rapidly disassembling aircraft wheels and tire assemblies, specifically for C-17, E-3, and F-22 aircraft, and must meet specific technical requirements including a 60,000 lb capacity and compatibility with wheels up to 22 inches in size. Interested vendors are required to submit their quotes by September 20, 2024, and must ensure compliance with federal procurement guidelines, including maintaining current registrations in the System for Award Management (SAM). For further inquiries, vendors can contact William Gentry at william.gentry.8@us.af.mil or SSgt Jake P Montalbano at jake.montalbano@us.af.mil.
    WRECKER, 35 TON INTEGRATED RECOVERY BOOM AND UNDERLIFT
    Active
    Dept Of Defense
    The Department of Defense, through the 11th Contracting Squadron of the Air Force, is seeking bids from qualified small businesses for the procurement of a 35 Ton Wrecker with an integrated recovery boom and underlift, under solicitation number FA706024Q0025. The wrecker must meet specific technical specifications, including a minimum engine performance of 500 hp and a gross vehicle weight rating of at least 60,000 lbs, and must be delivered to Joint Base Anacostia-Bolling, Washington, D.C., within 120 days of order receipt. This procurement is crucial for enhancing the operational capabilities of the military's vehicle recovery fleet. Interested vendors must submit their proposals electronically by September 18, 2024, and direct any inquiries to J. Brandon La'Pierre at jerome.lapierre.1@us.af.mil or Gregory Bishop at gregory.bishop.8@us.af.mil, noting that no award will be made until funds are available.
    412th Flight Test Engineering Lab (FTEL) Move at Edwards AFB CA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide moving services for the relocation of the 412th Flight Test Engineering Laboratory (FTEL) from Building 1400 to Building 2710 at Edwards Air Force Base, California. The procurement involves comprehensive services including packing, disassembling, transporting, and reinstalling equipment and furnishings for approximately 350 personnel, with the planned move scheduled between November 12 and November 19, 2024, subject to potential delays. This relocation is critical for maintaining operational continuity and efficiency within the Air Force's engineering capabilities. Interested contractors must submit their quotes by September 20, 2024, at 4 PM PST, and can contact Terence Vickers at terence.vickers@us.af.mil for further details.
    361 TRS Custom F-108 Engine Stands
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of custom F-108 engine stands for the 361 TRS at Sheppard AFB, Texas. This opportunity is a total small business set-aside, requiring contractors to provide detailed specifications and engineering standards as outlined in the attached blueprints and pictures. The engine stands are critical for maintaining operational readiness and safety in military aviation, emphasizing the importance of compliance with federal standards and regulations. Interested vendors must submit their quotes via email by 4:00 PM CST on September 20, 2024, and direct any questions to 2Lt Brooke Hofman or Casey Adams before the deadline for inquiries on September 18, 2024.
    C-130H Disassembly, preparation and transport
    Active
    Dept Of Defense
    The Department of Defense, through the United States Air Force's Pittsburgh 911th Airlift Wing, is seeking small business vendors to provide services for the disassembly, preparation, and transport of a C-130H aircraft from the Pittsburgh Air Reserve Station to Camp Atterbury, Indiana. Contractors are required to demonstrate five years of relevant experience and must be capable of commencing work by October 15, 2024, ensuring meticulous planning and execution throughout the relocation process. This aircraft is vital for jump training operations, and the contract emphasizes compliance with military and environmental regulations during transport. Quotes must be submitted by September 19, 2024, and interested vendors should contact Paul Davisson at paul.davisson@us.af.mil or 412-474-8124 for further inquiries.
    Highline Docks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of highline docks, with a focus on small business participation under a Total Small Business Set-Aside. The solicitation requires offerors to provide new highline docks that meet specific load capacity and dimensional criteria, to be delivered to Fort Bliss, Texas, and Tyndall Air Force Base, Florida. This procurement is critical for supporting military logistics and operations, ensuring the efficient handling of cargo. Interested vendors must submit their proposals by 12:00 p.m. Eastern Time on September 20th, 2024, and are encouraged to direct any inquiries to SrA Gage Garfin at gage.garfin@us.af.mil.
    F108 STAGE I FAN BLADES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking proposals for a Firm Fixed Price contract for the maintenance and repair of F108 Stage I Fan Blades. This procurement aims to ensure compliance with federal acquisition regulations while addressing the specific maintenance services and part numbers outlined in the Performance Work Statement. The F108 Stage I Fan Blades are critical components in aircraft engines, necessitating high standards of quality and adherence to safety protocols during maintenance. Interested vendors must submit their quotes by September 19, 2024, with a contract start date anticipated for October 24, 2024. For further inquiries, potential bidders can contact Bridgette Miles at bridgette.miles@us.af.mil or Jaqueline Hughes at jaqueline.hughes@us.af.mil.