COMBO - Tug Boats BPA
ID: FA487725QA023Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

NAICS

Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing (532411)

PSC

LEASE OR RENTAL OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (W020)

Set Aside

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

    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to provide rental services for tug boats and crew boats to support pararescue maritime training exercises at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement requires the contractor to furnish all necessary labor, equipment, and logistical support, including two crew boats and an optional third, as well as a barge with a supporting tugboat for transporting government equipment and personnel. This opportunity is crucial for enhancing the training capabilities of the Rescue Squadron Community, ensuring they meet their operational readiness requirements. Interested small businesses must submit their quotes electronically by February 12, 2025, and can contact Hunter Nope or Michael Orchowski for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a combined synopsis/solicitation for the U.S. Air Force's Request for Quotes (RFQ) number FA4877-25-QA023, aimed at sourcing commercial water vessels and their crews to support pararescue maritime training exercises at Davis-Monthan AFB, Tucson, AZ. The solicitation is structured under FAR regulations and is set aside for small businesses, focusing on vendors registered in the System for Award Management (SAM). Offerors are required to provide quotes for different types of crew boat rentals, along with necessary crew and logistical support during various training scenarios. The quotes are to remain valid for 180 days and must be submitted electronically by February 12, 2025. Evaluations will consider price and technical acceptability, with a clear emphasis on price. The Air Force reserves the right to cancel the solicitation or award multiple Blanket Purchase Agreements (BPAs) without discussions unless deemed beneficial. Offerors must ensure compliance with all submission guidelines, including correctness in pricing calculations and acknowledgment of all solicitation terms. The document underscores the importance of technical capability and pricing in evaluating offers while emphasizing adherence to regulations and procedures stipulated by the FAR. Overall, the RFQ aims to facilitate the provision of essential training resources by selecting the best offerors based on a best value assessment.
    The document is a comprehensive compilation of clauses incorporated by reference and in full text concerning federal government contracts. It includes regulations related to compensation of former Department of Defense (DoD) officials, whistleblower rights, safeguarding defense information, and compliance with cybersecurity measures. Key clauses cover business operations with the Maduro regime, the utilization of small businesses, and provisions for the electronic submission of payment requests. Additionally, it details the representation and certifications required from offerors, specifying elements such as corporate structure, tax liabilities, and compliance with federal regulations. Specific provisions outline requirements related to labor laws, environmental impact disclosures, and limitations on contracting with certain corporations or foreign entities. The document serves as a critical resource for prospective contractors, ensuring they are aware of their obligations and the criteria for government awards, thereby facilitating a transparent and compliant procurement process within federal and local contracting environments.
    The "Register of Wage Determinations Under the Service Contract Act" outlines wage rates and fringe benefits for various occupations in Arizona, specifically in Pima County. It indicates that contracts subject to the Service Contract Act must adhere to minimum wage requirements as dictated by Executive Orders 14026 and 13658, with specific rates effective from 2022. For contracts effective after January 30, 2022, workers must receive at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must receive at least $13.30 per hour. The document provides detailed wage rates for numerous occupations, such as administrative support, automotive services, and health occupations, along with required fringe benefits including health and welfare, vacation, and holiday entitlements. Additionally, it covers employee protections like paid sick leave under Executive Order 13706 and describes the conformance process for occupations not specifically listed. By establishing minimum wage standards and worker protections, this document aims to ensure that federal contractors fairly compensate employees, reflecting the government's commitment to labor standards in federal contracting. The comprehensive structure and detailed requirements support the framework for government RFPs and grants to promote fair labor practices.
    Lifecycle
    Title
    Type
    COMBO - Tug Boats BPA
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    U.S. FLAG TUGS FOR NAVAL BASE GUAM
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information regarding the potential charter of two U.S.-flagged tugboats to provide essential harbor support at Naval Base Guam. The procurement aims to address the limitations of existing government vessels by securing tugboats capable of towing, berthing, mooring, and providing emergency support, with specific requirements including a maximum length of 110 feet and a bollard pull of 100,000 lbs. forward. This initiative is crucial for maintaining effective marine operations and compliance with maritime standards, with the period of performance set from March 31, 2025, to March 30, 2026, and an optional extension until February 28, 2027. Interested parties must submit their responses, including company details and pricing estimates, by February 18, 2025, and can contact Reah Norris at reah.d.norris.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil for further information.
    Suisun Bay Reserve Fleet (SBRF) Tug Services Blanket Purchase Agreement (BPA)
    Buyer not available
    The U.S. Department of Transportation, Maritime Administration (MARAD), is seeking qualified contractors to provide tug services through a Blanket Purchase Agreement (BPA) for the Suisun Bay Reserve Fleet (SBRF) located in Benicia, California. The primary objective of this BPA is to secure towing services for intra-fleet ship movements, mooring maintenance, and barge movements within the anchorage, which is crucial for maintaining operational readiness in support of national defense logistics. Interested parties are invited to submit their capability statements and relevant information by February 18, 2025, at 1 PM Pacific Time, with a potential contract value of up to $1,000,000 for call orders, and individual orders not exceeding $85,000. For inquiries, contact Lynda Luo at lynda.luo@dot.gov.
    Surface Drive Patrol Boat
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking small businesses to provide an 18 x 54 surface drive patrol boat for operations at Cape Canaveral Air Force Station in Florida. The procurement aims to enhance anti-terrorism efforts, security zone operations, and disaster response capabilities, requiring the vessel to meet specific technical specifications, including a 40 HP motor and advanced navigation systems. Interested vendors must submit a capabilities package by February 14, detailing their qualifications and past performance, with a strict five-page limit for submissions. For further inquiries, contact the primary representative at 45CONS.PKB.email@us.af.mil.
    PF204 Patrol Boat Dry Docking
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF-204 Patrol Boat, with a focus on engaging small businesses for this federal contract opportunity. Contractors are required to provide all necessary labor and materials to perform the dry docking, which includes structural repairs, ultrasonic testing, hull cleaning, and compliance with safety and environmental regulations. This project is critical for maintaining the operational readiness of government-owned vessels, ensuring they meet safety and performance standards. Interested vendors must submit their quotes by February 21, 2025, at 2:00 PM ET, and direct any inquiries to the designated contacts, Krystle Jones and Robert McDermott, via their provided email addresses.
    47 FT Motor Lifeboat 47290
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services for the maintenance and repair of the 47 FT Motor Lifeboat 47290 at Station Cape Disappointment in Ilwaco, Washington. The contractor will be responsible for general labor, equipment, and facilities to haul out the vessel, pressure wash the hull, remove and renew the port and starboard engines, and descale the engine coolant system, with work expected to commence within 10 days of contract acceptance and completed within 21 working days. This procurement is critical for ensuring the operational readiness and safety of the Coast Guard's marine assets. Interested vendors must submit their quotes via email to SKC Bryan Duffey by February 19, 2025, at 3:00 PM Eastern, referencing solicitation number 52000PR250002324, and must comply with all applicable Federal Acquisition Regulations.
    NWW Towboat Services
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is soliciting proposals for Towboat Services as part of the Juvenile Fish Transportation Program. This procurement aims to secure commercial services in accordance with the Federal Acquisition Regulation (FAR), emphasizing full and open competition under NAICS code 483211, which pertains to Inland Water Freight Transportation. The selected contractor will be responsible for providing essential transportation services that support environmental and wildlife management efforts. Interested vendors must access the solicitation and its attachments through the Procurement Integrated Enterprise Environment (PIEE) and are encouraged to register on SAM.gov for updates. For inquiries, vendors can contact Mary Seiner at mary.l.seiner@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil.
    Security Craft (TWR6) Ship Yard Work
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking proposals from qualified small businesses for the maintenance and repair of the 87-foot Torpedo Weapons Retriever (TWR6) vessel. The procurement involves extensive drydocking and repair work, including hull maintenance, deck refurbishments, and inspections of critical systems to ensure the vessel's operational readiness for naval research missions. This initiative underscores the importance of maintaining the Navy's maritime capabilities and safety standards, with proposals due by February 20, 2025, and a delivery timeline of 45 days post-award. Interested vendors should contact Michael Broomfield at michael.h.broomfield.civ@us.navy.mil or call 202-875-9785 for further details and to confirm their eligibility for this small business set-aside opportunity.
    30' Contender Vessel
    Buyer not available
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking quotes for a 30-foot Contender Tournament center console vessel equipped with twin 300HP Yamaha engines, Garmin electronics, and an aluminum trailer. This procurement is a Brand Name Only Requirement, justified by the Marine Training Branch's long-term use of Contender boats, which ensures consistency and operational efficiency in training personnel under harsh marine conditions. Interested small businesses must submit their quotes electronically by February 7, 2025, at 10:30 AM ET, referencing Solicitation No. 70LGLY25QGLB00011, and should direct any questions to Gary Scidmore at gary.n.scidmore@fletc.dhs.gov.
    Trailerable Aids to Navigation Boat, 2nd Generation (TANB II)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the construction of the Trailerable Aids to Navigation Boat, 2nd Generation (TANB II). This procurement aims to enhance the Coast Guard's operational capabilities by providing a versatile and trailerable vessel designed for deploying and maintaining navigational aids, as well as supporting search and rescue missions. The contract will be awarded under a Total Small Business Set-Aside, with a firm-fixed price structure and a performance period extending over seven years. Interested parties must submit their proposals by February 18, 2025, and can direct inquiries to Adam Petty at adam.f.petty1@uscg.mil or Ms. Wendy L. Paulo at WENDY.L.PAULO@USCG.MIL.
    Davis-Monthan AFB Air Show 2025 On and Off Base Traffic Control
    Buyer not available
    The Department of Defense is soliciting proposals for traffic control services during the 2025 Davis-Monthan Air Force Base Air Show, scheduled for March 22-23, 2025. The contractor will be responsible for developing and managing a comprehensive Traffic Control Plan, which includes the provision of traffic control devices, personnel management, and compliance with safety regulations, while coordinating with approximately 200-300 Government augmentees. This procurement is crucial for ensuring the safety and efficiency of vehicle transit during the event, and it is set aside for small businesses under the NAICS code 532490, with a size standard of $40 million. Interested parties must submit their quotes by 2 PM on February 7, 2025, and can direct inquiries to Jonathan Turk at jonathan.turk@us.af.mil or Gavin Corcoran at gavin.corcoran.1@us.af.mil.