200RHS/DET1 Vehicle Corrosion Control Service
ID: W50S8R-24-R-5009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NU USPFO ACTIVITY OHANG 179MANSFIELD, OH, 44903-8049, USA

NAICS

Automotive Body, Paint, and Interior Repair and Maintenance (811121)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- VEHICULAR EQUIPMENT COMPONENTS (J025)

Set Aside

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

    The US Department of Defense is seeking quotes from small businesses for a Firm Fixed Price Contract to provide vehicle corrosion control services for the 200th RED HORSE Squadron. The primary objective is to perform corrosion control, body work, and painting on specified vehicles at the contractor's facility.

    Opportunity Overview

    This procurement aims to secure specialized services for controlling vehicle corrosion, involving tasks such as washing, blast cleaning, repairs, and painting to meet stringent military standards. The focus is on ensuring the fleet's operational readiness and appearance.

    Scope of Work

    The successful awardee will be responsible for providing the required personnel, equipment, and materials to deliver comprehensive corrosion control and body work services. The scope includes:

    • Performing corrosion control and body work on 10 specified vehicles, including trucks and trailers.
    • Washing, blast cleaning, repairing corrosion damage, replacing parts, treating bare metal, priming, sealing, and painting, in accordance with the provided technical order.
    • Using original equipment manufacturer (OEM) parts and ensuring high-quality, defect-free work.
    • Warranting the quality of materials and workmanship for 12 months.
    • Adhering to government-specified timelines, including completing each vehicle within 4 weeks and annual labor hour reporting by October 31st.
    • Complying with security protocols, including base access procedures and reporting labor hours through a designated data collection system.
    Contract and Funding Details

    The contract is anticipated to be a small business set-aside, with an expected duration of one base year, extending from August 2024 to August 2025. Funding for this effort is not currently available, and the government has reserved the right to cancel the procurement if funds do not become available by September 30th, 2024.

    Eligibility Criteria

    Eligible applicants for this procurement should be small businesses possessing the requisite capabilities, certifications, and experience in vehicle corrosion control and body work. They should have staff and facilities that adhere to applicable military access requirements and security protocols.

    Submission Process and Evaluation Criteria

    Interested parties should submit a complete quote package, including technical documentation outlining their approach and detailed staffing plans. The evaluation process will prioritize responsiveness to the solicitation's requirements, technical merit, and price. The lowest priced, technically acceptable offer will be selected as the awardee.

    All submissions must be received by 1:00 pm EST on August 6th, 2024, and any questions regarding this solicitation should be directed to James Kliewer, the primary contact for this opportunity.

    Attachments

    Several attachments provide further details and are incorporated into the solicitation. These include:

    • Attachment 1: Provisions and Clauses - Outlines compliance requirements, reporting instructions, and security protocols.
    • Attachment 2: Performance Work Statement (PWS) - Specifies the vehicle makes, models, and unit numbers, as well as the required services and quality standards.
    • Attachment 3 and 4: Wage Determination Documents - Outline the minimum wage rates and benefits for relevant occupations in Ohio, ensuring compliance with federal labor standards.
    • Attachment 5: Base Access Form - Requires detailed personal information for individuals requiring access to secure areas during the project.
    Contact Information

    For clarification or further information, potential applicants should contact:

    James E. Kliewer

    Email: james.kliewer.2@us.af.mil

    Phone: 419-520-6227

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a solicitation for commercial products and services, with the primary objective of procuring a wide range of goods and services to support the issuing agency's operations. The specific goods and services sought are not explicitly listed but are implied through the various clauses and provisions included. The document incorporates numerous clauses and provisions by reference, with a focus on compliance, reporting, and security requirements. Notably, it includes provisions related to payment instructions and invoicing, such as the use of the Wide Area WorkFlow (WAWF) system for electronic invoicing and specific instructions on document submissions and routing. The document also includes representations and certifications that offerors must complete, covering various aspects such as business size, ownership, tax status, labor practices, and compliance with specific laws and regulations. These representations and certifications address topics like Buy American requirements, trade agreements, child labor, and prohibited activities related to Iran and Sudan. Additionally, the document incorporates standard contract terms and conditions, such as those related to accelerated payments to small business subcontractors, protests after award, and applicable law for breach of contract claims. While specific quantities and technical specifications are not provided, the document emphasizes the importance of compliance with applicable laws, regulations, and standards. The evaluation criteria are not explicitly stated, but the document suggests that compliance with the listed clauses, provisions, and representations will be a critical factor in the evaluation of proposals. Overall, this solicitation seeks to procure a range of commercial products and services while ensuring compliance with relevant regulations and promoting transparency in government contracting.
    The objective of this procurement is to obtain services for corrosion control, body work, and painting for 10 vehicles of the 200th RED HORSE Squadron. The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, supervision, and quality control to perform these services, with the work taking place at the contractor's facility. The scope includes washing, blast cleaning, repairing corrosion damage, part replacement, treating bare metal, priming, sealing, and painting to meet or exceed standards outlined in the provided technical order (TO 36-1-191). The contractor is also expected to provide original equipment manufacturer (OEM) parts and ensure a professional finish free of deficiencies. A 12-month warranty on materials and workmanship is required, and the contractor must be a state-certified auto body repair facility. The government will transport the vehicles to and from the contractor's facility and provide the trucks requiring corrosion control. The contract period is for 1 base year of 12 months, with services performed Monday through Friday during standard work hours, excluding recognized US holidays. The government will evaluate the contractor's performance using a Quality Assurance Surveillance Plan (QASP), and the contractor must comply with various security and access policies for working on government installations. The contractor is also responsible for reporting all labor hours via a secure data collection site. Critical dates include a 4-week timeline for completing each vehicle and annual reporting of labor hours by October 31st.
    This file contains a Wage Determination document from the U.S. Department of Labor, outlining the minimum wage rates and fringe benefits for various occupations in Ohio, specifically within the counties of Ottawa, Sandusky, and Seneca. The rates are applicable to contracts subject to the Service Contract Act and are in accordance with Executive Orders 14026 and 13658, which set minimum wage standards for federal contractors. The document provides a comprehensive list of occupations, each with an associated hourly rate and potential adjustments based on applicable executive orders. The occupations covered include a wide range of fields such as administrative support, automotive service, food preparation, health, information technology, mechanics, protective services, transportation, and many more. For each occupation, there is a specific wage rate specified, with some occupations also having additional footnotes regarding specific requirements or adjustments. The document also outlines the benefits that apply to all occupations, including health and welfare, vacation, and holiday provisions. Additionally, there are special provisions for certain occupations, such as computer employees, air traffic controllers, and weather observers, who may be exempt from the wage determination due to their professional capacity. The document also includes information on hazardous pay differentials, uniform allowances, and conformance processes for unlisted classifications. Overall, this file presents a detailed breakdown of the wage rates and benefits for a diverse range of occupations in the specified Ohio counties, ensuring compliance with federal labor standards.
    This document is a standard contractor access request form, which must be submitted by a contractor or vendor seeking unescorted access to a secure government installation for a specific project. The procurement objective is not explicitly stated, but the form indicates that it is related to managing access control and ensuring security protocols are followed for individuals entering the facility. The specifications and requirements center around the need for detailed personal information, including full names, dates of birth, Social Security numbers, and driver's license details, for each individual requiring access. The contractor is responsible for submitting this information accurately and declaring their understanding of the rules and restrictions regarding base access, such as prohibitions on weapons and illegal substances. The scope of work includes the timely submission of the form prior to the project start date, notification of any changes in access requirements, and adherence to base policies and procedures during the project duration. While contract details are not specified, the form emphasizes the need for compliance with security protocols, indicating potential consequences for violations. Key dates mentioned include the requirement to submit the form a minimum of five duty days prior to the project start date, as well as the projected start and end dates of the project itself. Although evaluation criteria are not explicitly stated, the form indicates that the 179th Security Forces Squadron will review the information provided and make decisions regarding access approval, with an understanding that these decisions are final and not subject to appeal. In summary, this contractor access request form is a standard component of the procurement process, ensuring that individuals requiring access to secure government installations are properly vetted and aware of the rules and restrictions in place. The form emphasizes the collection of detailed personal information, adherence to security protocols, and timely submission to facilitate efficient access management for contractors and vendors working on specific projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Chromate Conversion Coating Tote BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified vendors to establish a five-year Blanket Purchase Agreement (BPA) for the procurement of Chromate Conversion Coating Totes, with a maximum value of $4.8 million. This procurement is aimed at supporting the 76 Commodities Maintenance Group at Tinker Air Force Base, requiring compliance with established military specifications, including Technical Order 1-1-691 and MIL-DTL-81706B, to ensure operational efficiency and safety in aerospace applications. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit competitive quotes and adhere to specific delivery and invoicing protocols, with all proposals due by the specified deadlines. For further inquiries, potential bidders can contact Shana Mandley at shana.mandley@us.af.mil or Sheridan Robison at sheridan.robison@us.af.mil.
    CORROSION-PREVENTIVE COMPOUND
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to supply a corrosion-preventive compound, specifically 20 drums of NOX RUST 503, under solicitation number 70Z04025P60602Y00. This procurement is essential for protecting equipment by displacing water or saline solutions from corrodible surfaces, thereby ensuring the integrity and longevity of Coast Guard assets. Bidders must comply with military packaging standards and are required to deliver the product to Baltimore, MD, by November 1, 2024, with invoicing processed through the Invoice Processing Platform (IPP). Interested parties should contact Erica Perry at erica.l.perry@uscg.mil or Shannon Carter at shannon.r.carter@uscg.mil for further details, and must be registered on SAM.gov to participate in the bidding process.
    Plasma Spray Booth Cleaning Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking bids for Plasma Spray Booth Cleaning Services under Solicitation FA813224Q0054. The procurement requires contractors to provide comprehensive cleaning services for plasma spray booths and associated dust collectors, ensuring compliance with safety regulations and manufacturer specifications. This contract is crucial for maintaining operational efficiency and safety standards within military maintenance environments. Interested small businesses must submit their quotes by October 16, 2024, following a site visit scheduled for October 10, 2024, and can direct inquiries to Margaret King at margaret.king.1@us.af.mil or Jennifer Azbill at jennifer.azbill@us.af.mil.
    Pneumatic Plastic Media Recovery System Updates
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide parts and installation for updates to the Pneumatic Plastic Media Recovery System at the Youngstown Air Reserve Station in Vienna, Ohio. The procurement involves the purchase and installation of a new plastic media blasting booth, ensuring compliance with industry standards and safety regulations, including OSHA guidelines, while minimizing disruption to government operations. This project is crucial for maintaining operational readiness and efficiency in military equipment maintenance. Interested small businesses must submit their quotes by September 23, 2024, with the intent to award a contract based on technical capability and price, and can direct inquiries to Lori J. Jenkins at lori.jenkins.1@us.af.mil or by phone at 330-609-1041.
    Plating Tank Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base in Oklahoma, is seeking proposals for Plating Tank Repair Services under a Firm Fixed Price contract. The procurement aims to establish a five-year service contract for the repair and maintenance of plating tanks, with contractors required to ensure rapid response to equipment malfunctions, timely repairs, and compliance with safety and environmental regulations. This service is crucial for maintaining operational efficiency and reliability of plating tanks used in various industrial processes. Interested small businesses must submit their quotes by October 30, 2024, and can direct inquiries to Cory Rainey-Hedrick or Marc J. Kreienbrink via their provided email addresses.
    53--ANODE,CORROSION PRE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of corrosion prevention anodes, specifically NSN 5342015006856, with a quantity of three units to be delivered to DLA Distribution San Joaquin. This solicitation is part of a combined synopsis/solicitation and is set aside for SBA Certified Women-Owned Small Businesses (WOSB), emphasizing the government's commitment to supporting small business participation in federal contracting. The anodes are critical components used in various military applications to prevent corrosion, thereby ensuring the longevity and reliability of equipment. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via the email address provided in the solicitation document. The deadline for quote submission is 171 days after the award date.
    Aircraft Tow Tractors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the procurement of two Aircraft Tow Tractors under solicitation number N6852025R0008. The requirement includes specific technical specifications such as a maximum height of 35 inches for the tractors, ensuring compliance with operational constraints, and delivery is expected within 365 days post-award. This procurement is a total small business set-aside, emphasizing the government's commitment to promoting participation from small and minority-owned businesses. Interested parties must submit their quotes by October 28, 2024, at 4:00 PM Eastern Standard Time, and should direct inquiries to Jenna Lang at jenna.l.lang2.civ@us.navy.mil or Alex Julian at alexander.m.julian2.mil@us.navy.mil.
    N00383-24-R-9520
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for a three-year Requirements contract focused on the repair and modification of specific aircraft parts and auxiliary equipment. Contractors are required to submit quotes that include a firm-fixed price, adhering to the Statement of Work to ensure all items are returned to a Ready For Issue (RFI) condition. This procurement is critical for maintaining the operational readiness of defense systems, emphasizing compliance with security protocols and proper handling of Government Furnished Property. Interested contractors must submit their quotes via email to Linda Vong at linda.vong2.civ@us.navy.mil by the specified closing date outlined in the solicitation.
    Vehicle Barriers: RSS 2000 Cover Plate Welding & Bolts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the welding and bolt replacement of cover plates for two RSS 2000 wedge barriers at Gate 2 of Francis E. Warren Air Force Base in Wyoming. The project requires contractors to provide all necessary labor, materials, equipment, and supervision to secure the barriers, which includes the replacement of approximately 92 bolts and adherence to safety and quality standards. The RSS-2000 vehicle barrier is crucial for maintaining secure access control, and the maintenance manual emphasizes the importance of proper procedures to ensure optimal performance. Interested parties must submit their responses to the Sources Sought notice by October 23, 2024, at 11:00 AM (MST), and can direct inquiries to Laura Hunter or Liezel McIntyre via the provided email addresses.
    Blast Booth & Paint Equipment Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a Firm-Fixed Price requirements contract focused on the safe cleaning and abatement of heavy metals, including lead, cadmium, and chromium, as well as dirt and debris from Blast and Paint Booth equipment at Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement emphasizes a total small business set-aside under NAICS code 562910 for remediation services, highlighting the importance of maintaining environmental safety and compliance at military facilities. The solicitation number W911N2-25-R-0004 is anticipated to be released around October 24, 2024, with a closing date expected around November 25, 2024. Interested vendors must be registered in the System for Award Management (SAM) and can contact Jonathan K. Carroll at jonathan.k.carroll.civ@army.mil or 717-267-8357 for further information.