Corrosion Control and Prevention
ID: TH25Q0024Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the United States Space Force, is seeking quotations for corrosion control and prevention services for the 302nd Airlift Wing at Peterson Space Force Base in Colorado. The contractor will be responsible for providing all necessary personnel, equipment, and compliance with environmental regulations to perform aircraft wash services, adhering to specific performance standards outlined in the Performance Work Statement (PWS). This procurement is set aside for service-disabled veteran-owned small businesses (SDVOSB) under NAICS code 488190, with a contract term comprising a base year and four option years, plus a potential six-month extension. Quotes are due by March 11, 2025, and will be evaluated based on the lowest price technically acceptable (LPTA) approach. Interested parties can contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Stephen Carr at stephen.carr.12@spaceforce.mil for further information.

    Files
    Title
    Posted
    The document outlines various clauses included in solicitation FA251725Q0024, which pertains to federal government contracts. The main purpose is to ensure compliance with legal and regulatory requirements for contracting officer responsibilities, compensation rules, whistleblower protections, cybersecurity measures, and contractor qualifications. It includes clauses regarding the representation of offerors, such as their status as small businesses, veteran-owned, or economically disadvantaged, alongside their adherence to child labor laws and tax compliance. Key provisions highlight requirements for submissions in the System for Award Management (SAM), the Electronic Submission of Payment Requests, and the necessity for contractors to avoid using specified telecommunications and video surveillance technologies. The document also emphasizes the importance of compliance in safeguarding covered defense information and assesses contractors' business operations with regard to international sanctions and trade agreements. Ultimately, this comprehensive framework serves to guide contractors in federal procurements, ensuring fair practices, protecting government interests, and fostering accountability throughout the contracting process. The structured approach helps establish clear expectations and compliance standards required in federally funded contracts.
    The Department of the Air Force's United States Space Force issued a Combined Synopsis/Solicitation (FA251725Q0024) seeking quotes for Corrosion Control services for the 302nd Airlift Wing at Peterson Space Force Base, Colorado. The solicitation requests contractors to provide all necessary personnel, equipment, and materials to perform aircraft wash services, adhering to specific environmental and safety regulations. This RFQ is a set aside for service-disabled veteran-owned small businesses, with all proposals due by March 11, 2025. The evaluation process will focus on the lowest price technically acceptable (LPTA) approach, assessing both technical approach and pricing factors. Contractors must demonstrate their understanding of the requirements, provide compliant quotes, and ensure registration with SAM.gov and Wide Area Workflow for payment processing. The government retains the right to cancel the RFQ and is not obligated to reimburse costs incurred by offerors. Performance is planned for a base year with four optional years and optional extensions. The announcement emphasizes the importance of adhering strictly to the submission instructions and deadlines for consideration.
    The Performance Work Statement (PWS) outlines the requirements for Aircraft Wash and Corrosion Control Services for the 302d Maintenance Group at Peterson SFB, Colorado. The contractor is responsible for providing washing and cleaning services for nine C130H aircraft, adhering to specific Air Force Technical Orders and environmental regulations. Services include routine and unscheduled cleans, requiring a comprehensive quality control program and adherence to established cleanliness standards with no valid customer complaints per wash. Key responsibilities also include maintaining cleanliness in the work area, providing necessary personnel protective equipment (PPE), and ensuring compliance with safety and security protocols. The government will provide certain facilities and materials free of charge, while the contractor must supply all additional tools and equipment. The document emphasizes the need for effective communication and scheduling flexibility, underscoring the importance of timely completion of services within the designated work hours. The contractor is liable for any damages incurred during service operations and must maintain records for all tasks performed. Compliance with training and safety requirements is a critical component of the contract, reflective of the government's commitment to operational effectiveness and personnel safety in aviation maintenance tasks.
    This document outlines the pricing structure and specifications for corrosion control and painting services, delineated by various Contract Line Item Numbers (CLINs). The CLINs include scheduled and unscheduled washes for the periods ranging from April 2025 to October 2030, following the Performance Work Statement (PWS). Each period is defined by a specific start and end date, with a total of eight scheduled and eight unscheduled service entries across five annual periods, alongside an optional six-month extension. Contractors are instructed to complete the pricing details in designated yellow cells, noting that quantities are specified alongside a unit price, which remains at zero, indicating that pricing data has yet to be entered. The form includes spaces for contractor information, emphasizing clear communication with designated contact details. The structure of the document is straightforward, partitioning information for ease of understanding and response. It serves as a call for offers regarding these services within a federal procurement framework, reflecting the government's efforts to maintain infrastructure while ensuring compliance with contractual guidelines.
    The document FA251725Q0024 outlines the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses intended for acquisitions of commercial products and services. It includes incorporated clauses addressing various topics, such as the responsibilities of contracting officers, compensation requirements for former Department of Defense (DoD) officials, and the importance of safeguarding covered defense information. It also details the requirements for electronic payment submissions, offers representation and certifications, and outlines clauses related to environmental considerations and business operations with specific countries, including Venezuela and Iran. Moreover, the document emphasizes the importance of compliance with internal confidentiality agreements and whistleblower rights, reflecting the federal government's commitment to transparency. The inclusion of clauses addressing small disadvantaged businesses, veteran-owned enterprises, and environmental disclosures highlights the government's focus on fostering equitable opportunities while ensuring regulatory compliance. Overall, this document serves as a comprehensive guide for contractors engaging with federal and state government entities, detailing specific legal and procedural requirements aimed at promoting fair practices and protecting national interests during the procurement process.
    The document outlines procedures and regulations regarding three key areas for the United States Space Force (USSF) acquisitions: the role of an ombudsman, organizational conflict of interest restrictions, and contractor access to Air Force installations. The ombudsman is designated to address concerns from offerors and potential offerors, promoting confidentiality, but does not influence the contracting process itself. Initially, all issues must be raised with the contracting officer before escalating to the ombudsman. The section on organizational conflict of interest restricts contractors from holding conflicting roles that may bias their judgment or grant them unfair competitive advantages in ongoing or future contracts. Contractors are barred from bidding on or consulting for the system or its major components during its lifecycle. Lastly, the contractor access clause specifies the requirements for obtaining necessary identification and access passes to perform work on Air Force installations, stressing responsibilities concerning employee identification and compliance with security protocols. Overall, these clauses aim to establish transparency, impartiality, and security in the contracting process, essential for the integrity of government RFPs and grants.
    The document is a wage determination register under the Service Contract Act by the U.S. Department of Labor, outlining wage rates and fringe benefits for various occupations in Colorado's El Paso and Teller counties. It specifies that contracts subject to the Act must comply with minimum wage rates per Executive Orders 14026 and 13658, mandating at least $17.75 or $13.30 per hour for covered workers based on contract start dates. Detailed wage rates for a wide range of occupations, including administrative support, automotive service, food preparation, and health occupations, are provided. Each occupation lists specific hourly wages and notes potential higher minimum wages under executive orders. Additionally, the document outlines requirements for fringe benefits such as health and welfare, vacation, and holidays for those working under these contracts. The conformance process for any unlisted occupations is also discussed, providing guidelines on how contractors should handle classifications not explicitly covered. This document primarily serves as a legal framework for contractors to ensure compliance with federal wage standards related to government contracts and grants.
    The Department of the Air Force, through the United States Space Force, has issued a Request for Quotation (RFQ) for corrosion control services for the 302nd Airlift Wing at Peterson Space Force Base, Colorado. The contractor is expected to provide all necessary personnel, equipment, and compliance with environmental regulations while adhering to specified performance standards outlined in the Performance Work Statement (PWS). This solicitation aims to award a Firm Fixed Price contract, open only to service-disabled veteran-owned small businesses (SDVOSB) under NAICS code 488190, with a contract term that includes a base year and four option years, plus a potential six-month extension. Quotes must be submitted by March 11, 2025, and will be evaluated based on technical approach and price, where the lowest price deemed technically acceptable will determine the award. Offerors are required to complete the attached CLIN Pricing Sheet and submit well-organized documentation in compliance with outlined requirements. The government will assess all quotations for adherence to RFQ terms, evaluating both the technical acceptability and price reasonableness. The outcome emphasizes efficient procurement practices while ensuring quality service delivery in line with federal standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Oil Water Separators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide oil water separator (OWS) services at Peterson Space Force Base (PSFB) and Cheyenne Mountain Space Force Station (CMSFS). The procurement involves comprehensive management of waste systems, including inspection, cleaning, and maintenance of oil/water separators and septic tanks, adhering to federal and OSHA standards. These services are crucial for environmental compliance and operational efficiency, ensuring the bases maintain their environmental integrity while fulfilling their mission requirements. Interested contractors must submit their quotations by March 21, 2025, and can contact Dominic Impallaria at dominic.impallaria@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil for further information.
    AST Risers & Tank Shells Corrosion Blanket Purchase Agreement (BPA)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) to address corrosion issues on Aboveground Storage Tank (AST) risers and tank shells at Shaw Air Force Base in South Carolina. The contractor will be responsible for providing all necessary personnel, materials, and equipment to perform corrosion control measures, including inspection, cleaning, and sealing of structures to ensure operational efficiency for generators and fuel tanks. This procurement is crucial for maintaining the integrity and safety of military facilities, emphasizing compliance with federal regulations and environmental standards. Interested small businesses must submit their quotations by March 24, 2025, following a site visit on March 13, 2025, and can direct inquiries to Lori Quador at lori.quador@us.af.mil or Shaunannette Watson at shaunannette.watson@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 soliciting proposals for Vehicle Barriers Maintenance and Repair (VB M&R) Services at Schriever Space Force Base in Colorado. The procurement aims to ensure the operational readiness and safety of various vehicle barrier systems, including hydraulic and electric barriers, through comprehensive maintenance, inspections, and minor repairs. These services are critical for maintaining security and traffic control at military installations, reflecting the government's commitment to effective resource management and infrastructure upkeep. Interested vendors should contact Linda A. Cummings at linda.cummings@spaceforce.mil or 719-567-5758 for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
    Arcus Dual Service Orchestration
    Buyer not available
    The Department of the Air Force is soliciting quotes for the Arcus Dual Service Orchestration project at Peterson Space Force Base, under solicitation FA251725Q0036. This procurement aims to provide the Arcus Suite for a one-year period, specifically from March 10, 2025, to March 9, 2026, and is set aside for small businesses under NAICS code 541519 for Other Computer Related Services. The selected contractor will be awarded a Firm-Fixed Price contract based on evaluations of price and technical criteria, with submissions due by 09:00 AM (MT) on March 10, 2025. Interested parties can contact Zachary Hodges at zachary.hodges.10@spaceforce.mil or Brittney Rosenbaum at brittney.rosenbaum@spaceforce.mil for further information.
    RTS-3000 Wash Rack Quarterly Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the RTS-3000 Wash Rack Quarterly Maintenance under solicitation number FA481925Q0008. This contract, valued at $12.5 million, requires comprehensive quarterly maintenance services for the RTS-3000 Wash Rack System at Tyndall Air Force Base in Florida, including tasks such as draining and sanitizing tanks, replacing filters, and training government personnel on system operations. The maintenance of this automated filtration system is crucial for ensuring efficient vehicle cleaning and water recycling, thereby promoting resource conservation. Interested small businesses, particularly those owned by women, must submit their proposals, including a price proposal and a technical approach, by the specified deadlines, and can contact A1C Sarah Marip at sarah.marip@us.af.mil or SSgt Thomas Prospere at thomas.prospere@us.af.mil for further information.
    16 EWS Landscape Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a landscaping maintenance project at Peterson Space Force Base in Colorado, titled "16 EWS Landscape Maintenance." The project entails revamping the landscaping around Building 2027, which includes the installation of at least six native trees, eight native shrubs, a seating area for 20 people with picnic tables and shading structures, and a cell phone storage unit with lockable compartments. This initiative aims to enhance the functionality and aesthetics of outdoor spaces on the base, reflecting a commitment to improving communal areas. Interested contractors can reach out to Anna Moritz at anna.moritz@spaceforce.mil or Nicole Harden at nicole.harden.1@spaceforce.mil for further details, with the project completion deadline set for January 22, 2025.
    2ROPS Aircraft Weather Surveillance BPA - Amendment 1
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for an Aircraft Weather Surveillance Blanket Purchase Agreement (BPA) through Request for Quotation (RFQ) FA4610-25-Q-0017, aimed at supporting Space Launch Delta 30 operations at Vandenberg Space Force Base in California. The BPA will provide firm fixed pricing for aircraft support services, including airborne weather surveillance capabilities, with a service period from April 8, 2025, to April 7, 2028. This procurement is critical for ensuring safe and efficient launch operations, emphasizing compliance with FAA regulations and operational readiness. Interested small businesses must submit proposals by March 25, 2025, and are required to be registered in the System for Award Management (SAM); for further inquiries, contact Jeffrey Weeks at jeffrey.weeks.5@spaceforce.mil.
    StingRay 6048 Parts Washer
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure two StingRay 6048 Parts Washers for Tinker Air Force Base in Oklahoma. This procurement is a total small business set-aside and emphasizes the need for brand-name compliance to ensure standardization and operational efficiency among the 206 operators and 13 mechanics currently in training. The selected contractor will be responsible for providing installation support, performance verification, and training for personnel, with a focus on maintaining safety and compliance with environmental regulations. Quotes are due by March 19, 2025, and interested parties should contact Annita Wooten at annita.wooten@us.af.mil or Jennifer Azbill at jennifer.azbill@us.af.mil for further information.
    Corrosion Prevention and Engineering Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for Corrosion Prevention and Engineering Services under Solicitation W912CH-24-R-0175. The objective is to enhance corrosion prevention and mitigation strategies for military vehicles and equipment, requiring contractors to provide technical support, conduct field assessments, and develop training programs over a five-year contract period. This initiative is crucial for maintaining the longevity and operational readiness of military assets, ensuring compliance with federal acquisition regulations. Interested parties should direct inquiries to Stephanie Douangmala or Jason Ladd and submit their proposals, including past performance questionnaires, by February 28, 2025.
    Grease Trap Cleaning Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide grease trap cleaning services at Shaw Air Force Base (AFB) in South Carolina. The procurement involves comprehensive maintenance of grease traps, including monthly pumping, cleaning, and proper disposal of waste, with adherence to environmental regulations and security protocols. This contract, valued at approximately $75 million, is set for a multi-year period from May 2025 to March 2026, with options extending to March 2030, and is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Interested parties should contact Joshua Jia at joshua.jia@us.af.mil or Joseph A. Nemedy at joseph.nemedy.1@us.af.mil for further details and to ensure compliance with the bid submission requirements.