Warner Robins Air Logistics Complex Production Overhead Support
ID: FA857125R0006Type: 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: OTHER (R499)
Timeline
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Mar 27, 2025, 12:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Warner Robins Air Logistics Complex Production Overhead Support contract, which is set aside for women-owned small businesses and the 8(a) program. The contract aims to provide essential labor, management, and travel support services at Robins Air Force Base in Georgia, focusing on roles such as Production Control Clerks, Material Subject Matter Experts, and Planners, among others. This procurement is critical for ensuring effective logistics and operational excellence in military aviation maintenance, with a total award amount of $24.5 million anticipated over a base period starting April 19, 2025, and extending through additional ordering periods until April 2030. Interested vendors must submit their proposals by March 14, 2025, and can direct inquiries to Adam Hudson or Bryan Canady via their respective emails.

Point(s) of Contact
Files
Title
Posted
Feb 19, 2025, 7:06 PM UTC
The Performance Work Statement (PWS) outlines the labor and management services required for the Warner Robins Air Logistics Complex at Robins Air Force Base, GA. The contractor is to provide various personnel, including Production Control Clerks, Material Subject Matter Experts, Schedulers, Planners, and Supervisors, each necessitating specific qualifications and clearances. Key responsibilities include managing parts ordering, conducting production support analysis, and maintaining supply chain efficiency. The contractor must ensure full compliance with various military and government regulations, deliver monthly activity reports, and uphold safety standards. Performance thresholds require minimal customer complaints and strict documentation approval protocols. The contractor plays a crucial role in strategic planning and operational support, fostering continuous improvements and adherence to security measures. The contract performance is subject to extensive government oversight, ensuring quality and accountability throughout service delivery.
Mar 25, 2025, 7:05 PM UTC
The Performance Work Statement (PWS) outlines the requirements for the contractor to provide labor, management, and travel support for the Warner Robins Air Logistics Complex at Robins Air Force Base, GA. Key personnel roles specified include Production Control Clerks, Material Subject Matter Experts, Schedulers, Planners, and Supervisors, each with required qualifications and responsibilities. The contractor will handle inventory management, parts ordering, production planning, and performance assessments while ensuring compliance with security protocols and quality control measures. Responsibilities include facilitating Aircraft Programmed Depot Maintenance, monitoring supply chain logistics, and ensuring prompt hiring for vacant positions. The contractor must also submit monthly activity reports and comply with safety, environmental management, and training regulations. Performance objectives stipulate a maximum of two validated customer complaints monthly and a requirement for 90% staffing continuity. Overall, the PWS emphasizes the need for a skilled and responsive workforce to support air logistics operations effectively, reflecting the government's commitment to operational excellence in military aviation maintenance.
Mar 25, 2025, 7:05 PM UTC
The document outlines the Industrial Safety and Health Requirements for contractors working at Warner Robins Air Logistics Complex, as mandated by the US Air Force. It emphasizes the necessity for a detailed Safety and Health Plan that complies with various federal, state, and local regulations, particularly the Occupational Safety and Health Act (OSHA). The contractor is responsible for the safety of all employees, including subcontractors, and must adhere to the Voluntary Protection Programs established by the Air Force to prevent injuries. Key sections include mishap notification procedures, the establishment of a comprehensive safety program, and guidelines for working conditions, including environmental safety expectations. Contractors must also provide adequate protective equipment, ensure compliance with traffic regulations on installations, and maintain housekeeping standards. Regular inspections from both Air Force and Department of Labor officials are mandated to ensure compliance with safety standards. The document underscores the contractor's sole responsibility regarding compliance and the necessity for maintaining up-to-date safety plans that incorporate current regulations. This comprehensive request for proposal (RFP) serves not only to protect personnel and property but also to instill a culture of safety in military operations, reflecting the federal government's commitment to workplace safety and health.
Mar 25, 2025, 7:05 PM UTC
The government file pertains to the provision of federal and state RFPs and grants aimed at facilitating various projects and initiatives. The main focus lies in detailing the requirements for applicants seeking funding and outlining the process for proposal submissions. Key aspects include eligibility criteria, application procedures, funding limits, and project timelines. The document emphasizes the importance of compliance with federal regulations, showcasing transparency in the allocation of public funds. This file serves as a guidance tool for organizations aiming to secure financial support for community projects, technological advancements, or infrastructure improvements, thereby fostering innovation and development at multiple governmental levels. Overall, it underscores the government's commitment to supporting public initiatives through structured financial assistance protocols.
Mar 25, 2025, 7:05 PM UTC
The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for government contracts, specifically relating to the submission of a Contractor's Safety Plan linked to a contract for WR-ALC Production Overhead. The form specifies the details necessary for the safety plan submission, including the due dates for draft and final copies, as well as the distribution requirements for government officials. Clear instructions are provided for completing the form, outlining items such as the title of the data item, the authority for data acquisition, and the regulatory requirements for submission frequency. The Government’s review process is also established, allowing five working days for feedback on drafts. Additionally, the estimated total price for the required data items is classified into different price groups based on their necessity and the effort required for compliance. This document serves an essential role in the oversight and compliance of safety practices within government contracting, ensuring that safety plans meet federal requirements before implementation.
Mar 25, 2025, 7:05 PM UTC
The DD Form 1423-1 serves as a Contract Data Requirements List and is designed to outline the necessary data submissions for a contract, specifically in the context of the Department of Defense. The form details the contractor's obligations to provide a monthly status report electronically, which includes a comprehensive overview of work performed, any challenges encountered, financial status, personnel assignments, and future staffing plans. Key information on the form includes contract line items, data item descriptions, submission timelines, and addressees. Specifically, the contractor is required to ensure 90% service availability and to back-fill any vacant positions with equivalent personnel. Notably, the form stipulates various groups for estimated pricing of the required data items, allowing for clarity in cost expectations related to the contract. Overall, this document ensures organized communication and accountability between contractors and government representatives, ultimately aiming to meet federal data reporting requirements efficiently while maintaining service continuity and quality. The structured format aids in compliance, tracking, and management of contract deliverables across federal, state, and local entities.
Mar 25, 2025, 7:05 PM UTC
The document is a DD Form 1423-1, a Contract Data Requirements List, used within federal government contracting to outline specific data requirements needed from contractors. The form includes contract information such as line item numbers, authorities, and contact information for government representatives. The primary data item noted is a Status Report on vacancies, which mandates contractors to fill positions within ten business days of an employee departure and ensures all personnel have the necessary security clearances before commencing work. The form also stipulates the delivery of data items, outlining frequencies, dates for submissions, and addressing the distribution of reports. Overall, the DD Form 1423-1 serves as a standardized method for documenting and managing data deliverables associated with government contracts, facilitating compliance and communication between contractors and government agencies.
Mar 25, 2025, 7:05 PM UTC
The DD Form 1423-1 outlines the requirements for a Contract Data Requirements List (CDRL) under a government contract, focusing on the contractor's responsibility to submit a Quality Control Plan (QCP). This plan must detail the detection and correction of quality issues, with an emphasis on preventing recurrence. The contractor is required to deliver an electronic copy of the QCP to designated Government contacts, while additional instructions provide clarity on form completion and submission timelines. The document specifies pricing categories for data items ranging from essential data to minimal operational procedures, ensuring that estimated costs accurately reflect the contractor's obligations regarding data delivery. The guidance serves as a framework for compliance with data requirements, aligning with the standards set by the Department of Defense in the procurement process. This is critical for ensuring quality and accountability in government contracts, particularly for defense-related projects, reinforcing the government's oversight and strategic management of contract deliverables.
Mar 25, 2025, 7:05 PM UTC
The document outlines the Contract Data Requirements List (CDRL) using DD Form 1423-1 for monitoring contractor compliance regarding safety incidents at Robins Air Force Base. It specifies the protocol for contractors to report accidents or incidents affecting DoD property or employee injuries within four hours of occurrence. A follow-up report is required within three calendar days, detailing the incident, estimated damages, and corrective actions. Key contact information for safety offices and government personnel involved in oversight is included. The form further provides instructions for filling out technical data categories and pricing groups aligning with government standards, which are essential for the preparation and submission of relevant documentation. Overall, the form serves to ensure systematic reporting and data management aligned with contractual obligations in government procurements.
Mar 25, 2025, 7:05 PM UTC
The DD Form 1423-1 outlines the requirements for submitting a Contract Data Requirements List (CDRL). It specifies that contractors must provide a monthly activity report detailing employee hours, issues, and programmatic changes electronically in both PDF and Excel formats within ten business days of the end of the month. The report must also list personnel assignments and unfilled positions with justifications. The form includes sections for contract data, requiring inputs such as contract line item number, contract reference, and data item description, among others. Key contacts within the government are provided for report submission. The structure of the form is straightforward, focusing on compliance with data submission protocols as stipulated by the Department of Defense. This document is crucial for government oversight in RFP-related activities, ensuring that accurate tracking and reporting of contractor performance are maintained.
The document appears to be a fragmented and corrupted text extracted from a government file, likely related to federal grants or RFPs (Requests for Proposals). The main topic is difficult to discern due to heavy encoding issues; however, it suggests a focus on funding opportunities and the appropriate processes for securing governmental financial assistance. Key ideas could involve the eligibility criteria, application procedures, and potential project scopes supported by grants and RFPs, which are critical for state and local entities seeking federal resources. Details on compliance, project implementation, and reporting may also be implied. Overall, this document underscores the significance of navigating federal procedures for successful project funding, indicating a structured approach necessary for stakeholders aiming to leverage government resources effectively. The original content's coherence is obscured, yet it hints at the benefits and responsibilities associated with federal financial support mechanisms.
Feb 19, 2025, 7:06 PM UTC
The document outlines a Request for Proposal (RFP) for Production Overhead Support services at Robins Air Force Base, specifically under solicitation FA857125R0006. The contract is designed for women-owned small businesses and includes a five-year requirements contract divided into one basic year and four additional ordering periods. The total award amount is estimated at $24.5 million, and significant roles required include Production Control Clerks, Schedulers, Material Subject Matter Experts, Planners, and Supervisors, each with specified quantities of hours allocated over the performance period. The RFP emphasizes that quantities are best estimates and do not impose minimums or maximums for ordering. Detailed roles and responsibilities involve parts ordering, logistical support, and materials turnover. The document highlights the contracting structure, outlining the required qualifications and payment procedures under the Defense Procurement regulations. Interested contractors must submit their proposals by a deadline while adhering to specific wage determination rates for personnel. Overall, this RFP embodies the government's initiative to engage small businesses, focusing on competitiveness, compliance with federal regulations, and providing essential support services for military logistics.
Feb 21, 2025, 8:05 PM UTC
The document is a Request for Proposal (RFP) for a contract regarding Production Overhead Support for the Warner Robins Air Logistics Complex at Robins Air Force Base. The RFP stems from federal initiatives to promote small businesses, specifically targeting Women-Owned Small Businesses (WOSB) and economically disadvantaged women-owned businesses (EDWOSB). The solicitation details the requirements for contractor support services, which include personnel for parts ordering, research analysis, logistics, and supply chain support. The contract will span five years, starting from April 2025, with specific periods for delivering estimated quantities of labor hours for various roles including supervisors and planners. Contractors must adhere to wage determination rates and ensure proposals are inclusive of all overhead costs. The document outlines submission requirements, including deadlines for questions and proposals, as well as inspection and acceptance protocols. The emphasis is on compliance with federal regulations, which is essential for the awarding of contracts aimed at enhancing small business participation in federal procurement processes, particularly focusing on ensuring safety and health standards on government installations.
Mar 25, 2025, 7:05 PM UTC
The document outlines a solicitation for a requirements contract aimed at providing production overhead support services at the Warner Robins Air Logistics Complex (WR-ALC). This competitive opportunity invites proposals from women-owned small businesses (WOSB) and is specifically set aside for the 8(a) program. The base contract period is anticipated to commence on April 19, 2025, with a total award amount of $24.5 million, and is structured to include four additional ordering periods extending through April 2030. The contract requires the contractor to supply personnel for various logistical and support tasks, including parts ordering, research and analysis, and supply chain support, with estimated hours specified for each task across multiple positions such as production control clerks, schedulers, and planners. Submission deadlines are stipulated for proposals, along with contact details for inquiries. The document underscores compliance with specific federal acquisition regulations and includes clauses regarding wage determinations and performance monitoring. Safety standards and environmental considerations, including the prohibition of ozone-depleting substances, are emphasized alongside the importance of following government safety and health guidelines throughout contract execution.
Mar 25, 2025, 7:05 PM UTC
The document serves as an amendment to a previously issued federal solicitation, specifically altering the submission timeline and evaluation criteria for prospective contractors. The response due date has been extended from March 6, 2025, to March 14, 2025, along with a change in the response due time from 2:00 PM to 1:00 PM. Important modifications to the evaluation factors for award have been noted, emphasizing that the government intends to select the most advantageous offer, taking into account compliance with solicitation requirements and wage determination rates. Offers must include a fully burdened rate and complete a specified pricing worksheet. The anticipated start date for the required work is April 19, 2025, with the contract award expected to occur at least two weeks prior, allowing the successful contractor sufficient time to onboard personnel and prepare for the project. This amendment ensures clarity and compliance in the solicitation process among bidders in the competitive federal procurement environment.
Mar 25, 2025, 7:05 PM UTC
The document pertains to various federal and state government funding opportunities, specifically focusing on Requests for Proposals (RFPs) and grants. It outlines a comprehensive framework for agencies seeking to solicit proposals for projects aimed at improving public services and infrastructure. Key components include eligibility criteria, application processes, budgetary guidelines, and performance metrics to evaluate proposals. The RFPs serve to encourage public participation and innovation in addressing community needs while ensuring compliance with governmental standards and regulations. They emphasize transparency and accountability in the procurement process, detailing how funds should be allocated and monitored. Moreover, the document highlights the importance of collaboration among different government entities and stakeholders, promoting best practices in project management and execution. These strategies aim to streamline operations, enhance service delivery, and foster economic growth at local and state levels. Overall, the document aims to provide a structured approach for entities to access significant funding resources while aligning with federal mandates and community objectives, ultimately contributing to the betterment of public service infrastructure.
Mar 25, 2025, 7:05 PM UTC
The document is an amendment to a solicitation for a federal contract, specifically addressing modifications related to the receipt of offers and the amendment process. The key focus is on extending the deadline for offers and the procedures contractors must follow to acknowledge this amendment, which includes submission methods such as completing specific items or communicating electronically. The amendment also introduces changes to the North American Industry Classification System (NAICS) code and includes revised questions and answers relevant to the solicitation. Additionally, a list of attachments has been updated, including the addition of a new document while removing the previous version of the questions and answers. The document is issued by Robins Air Force Base and indicates the purpose of ensuring clarity and compliance in the solicitation process. It emphasizes the importance of adhering to the specified guidelines to avoid rejection of offers due to lack of proper acknowledgment.
Feb 19, 2025, 7:06 PM UTC
The document is an extensive compilation of encrypted and corrupted texts, suggesting it may contain confidential or sensitive information related to federal government requests for proposals (RFPs), grants, and potential funding opportunities at both federal and state levels. It appears to address various sectors that could be impacted by these proposals, such as environmental assessments, infrastructure upgrades, or safety and compliance measures in government projects. Key topics likely include guidelines for proposal submissions, evaluation criteria, and the significance of adhering to regulations in securing funding. However, due to the heavily corrupted nature of the content, it is challenging to derive specific details or coherent messages from the available text. This file likely serves as a formal notification or guideline for stakeholders engaged in the federal grant application process.
The Direct Docat Follow-On outlines a contract with multiple ordering periods from January 20, 2025, to January 19, 2030, detailing personnel requirements across various roles, including Production Control Clerks, Planners, Material Subject Matter Experts, Schedulers, and Supervisors. The document specifies the Federal Government's requirement for 17 Production Control Clerks at GS-09, 5 Planners at GS-11, and additional staff in various capacities for each ordering period. Each employee is allocated 1,872 productive hours per year, adjusted for holidays, vacations, and sick leave, leading to a total workforce allocation across five years. The contract structure indicates that all Contract Line Item Numbers (CLINS) will be Firm Fixed Price (FFP), emphasizing the government's determination to efficiently manage labor costs. With a clear framework established, the document ensures that essential functions are staffed adequately, providing a resource management strategy that supports ongoing operations throughout the contract period. This contract serves as a foundational element for federal program support and aligns with goals of maintaining operational efficiency and compliance with government employment standards.
The document outlines the specifications for the Overhead Production Follow-On contract, effective from April 19, 2025, to January 18, 2030. It details various positions required during five ordering periods, specifically for roles such as Production Control Clerks, Planners, Material Subject Matter Experts, Schedulers, and Supervisors. Each position is associated with specific FTEs (Full-Time Equivalents), total hours, and a proposed zero dollar hourly rate. The document captures the annual distribution of work hours, accounting for holidays, vacation, and sick leave, which leaves approximately 1,856 productive hours per employee. The pricing structure is based on Fixed Firm Price (FFP) contracts. The phased approach spans five years, with each order period specifying the number of personnel required and the total hours for completion. This structured breakdown illustrates the federal government's commitment to maintaining operational efficiency and adequate staffing for essential functions under projected budget constraints.
The document outlines the follow-on production requirements for a federal project which spans from April 19, 2025, to January 18, 2030. It details the different job classifications and full-time equivalents (FTEs) needed for production control clerks, planners, material subject matter experts, schedulers, and supervisors for multiple ordering periods, broken down into five distinct phases, each lasting one year. The report specifies the available productive hours per employee per year, accounting for holidays, vacation, and sick leave. Each classification is categorized by government service grades (GS), with a focus on the total hours required and associated costs marked as $0.00, indicating that budgetary details may be inapplicable to this phase. The document serves as a request for proposals (RFP), establishing the expected workforce requirements, associated duties, and planning efforts necessary for the duration of the project. It functions as a guide for potential contractors or service providers to understand the scope of personnel needs and operational frameworks essential for fulfilling the federal government's production objectives throughout the specified ordering periods.
The document outlines a series of inquiries regarding a federal solicitation for a contract involving contractor services. It addresses questions about whether this is a new requirement or a recompete, the classification as an 8(a) set-aside, and details on the type of contract—identifying it as a stand-alone contract with potential task orders. Key concerns relate to the pricing worksheet, including requests for clarification on overtime rates, pricing structure, and the required use of wage determinations under the Service Contract Act (SCA). The inquiry also includes questions on current incumbents, staffing levels, required qualifications for positions, and the specifics of performance evaluation criteria. The solicitation specifies the period of performance, labor categories, and confirmation of the SCA application, appealing for additional supporting information to aid bidders in pricing accurately. Overall, the document emphasizes the government's intention to provide a clear framework for vendors to respond effectively to the contract requirements, alongside an emphasis on compliance with federal laws and procurement guidelines.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Sources Sought Advisory and Assistance Services (A&AS)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to provide Advisory and Assistance Services (A&AS) logistics support for the 638th Supply Chain Management Group (SCMG) at Robins Air Force Base in Georgia. This opportunity is an 8(a) set-aside contract with a performance period of three years, including a basic year and two optional years, aimed at enhancing the effectiveness and reliability of the supply chain for mission-critical operations within the U.S. Air Force. Interested contractors must demonstrate their capabilities and relevant experience by reviewing the attached Performance Work Statement (PWS) and submitting their responses by April 14, 2025, to Karen Beckford at karen.beckford@us.af.mil. This market research will inform the government's acquisition strategy but does not guarantee contract awards or reimbursements for proposal costs.
Rockwell Automation Techconnect - Tech Product Support
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is soliciting quotations for Rockwell Automation TechConnect - Tech Product Support under solicitation FA857125Q0061. This procurement aims to secure annual technical support services for various automation products, including real-time assistance, training access, software updates, and online resources, with a contract duration of one base year and four optional extensions. The initiative is particularly focused on engaging Women-Owned Small Businesses and emphasizes compliance with Federal Acquisition Regulations (FAR) and safety standards, including Environmental Management Systems (EMS) training for contractor personnel. Interested vendors must submit their quotes via email to Hayley Dowling by April 2, 2025, at 1:00 PM EST, ensuring all associated costs are included in their proposals.
CUSTOM SIGNAGE AND MATERIALS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified vendors for the procurement, delivery, and installation of custom signage and branded materials for the 950th Spectrum Warfare Group at Robins Air Force Base, Georgia. The contract encompasses the provision of high-quality items such as rugs, decals, and weather-resistant signage that must adhere to military specifications and feature unit-specific branding. This initiative is crucial for enhancing the visibility and branding of military units, ensuring that all materials are durable and suitable for heavy use in various environments. Interested parties, particularly Women-Owned Small Businesses, must submit their quotations by April 7, 2025, at 4:00 PM EST, and can direct inquiries to Stephanie Akles at stephanie.akles.1@us.af.mil or Cory Harris at cory.harris.4@us.af.mil.
Base Operations Support (BOS) Services - Pittsburgh ARS, PA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Base Operations Support (BOS) Services at the Pittsburgh Air Reserve Station (ARS) in Pennsylvania. The contract will encompass various services including Materiel Management, Ground Transportation, Traffic Management Operations, Real Property Management, and Fuels Management, structured as a single award, five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) service contract. This opportunity is particularly significant as it is set aside exclusively for SBA Certified Women-Owned Small Businesses (WOSBs), with an anticipated award date around August 2025. Interested parties should note that a pre-proposal conference is scheduled for April 2, 2025, and must register by March 25, 2025, while ensuring compliance with cybersecurity requirements for access to Controlled Unclassified Information (CUI). For further inquiries, contact Juan Martinez at juan.martinez.82@us.af.mil or Ryan Scott at ryan.scott.34@us.af.mil.
Logistics Support Services_Albany, Georgia
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Logistics Support Services at the Marine Corps Logistics Base (MCLB) in Albany, Georgia. This procurement aims to secure facility contractor support, which encompasses technical writing, supply control, inventory management, and computer operations, continuing an existing labor-only contract. The services are critical for enhancing logistical support aligned with military operational needs, ensuring high-quality service delivery while adhering to safety regulations and performance standards. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), should contact Regina Hartley at regina.hartley@usmc.mil or 910-451-1591 for further details, and must comply with wage determinations that set minimum compensation standards for workers in the region.
C-5 Visor Door Actuator Overhaul
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of the C-5 Visor Door Actuator under solicitation FA8538-25-R-0003. This procurement involves a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for depot-level overhaul services, which are critical for maintaining the operational readiness of the C-5 Galaxy cargo aircraft. The contract is expected to span five years, including two 12-month ordering periods and three annual option years, supporting the C-5 aircraft until its anticipated retirement in 2040. Interested vendors must register in the Joint Certification Program to access technical data packages and submit proposals by the extended deadline of April 21, 2025, at 5:00 PM EST, with inquiries directed to Caiveon Thomas at caiveon.thomas@us.af.mil and Deborah Manly at deborah.manly@us.af.mil.
WPAFB Warehousing and Shipping Support in Dayton, OH.
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District in Louisville, is seeking proposals for warehousing and shipping support services at Wright-Patterson Air Force Base in Dayton, Ohio. The primary objective is to establish a Special Warfare Distribution Center (SWDC) that will provide logistics services, including inventory management, equipment handling, and shipping for various Air Force Command programs. This contract is crucial for maintaining high accountability of government-owned equipment and ensuring military readiness, with a contract period of five years. Interested contractors must submit their proposals electronically by April 2, 2025, at 4:00 PM EST, and can contact Brandon Gatz at brandon.h.gatz@usace.army.mil or Patrick Duggins at PATRICK.J.DUGGINS@USACE.ARMY.MIL for further information.
Peculiar Support Equipment IDIQ
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide production and repair data for Peculiar Support Equipment (PSE) under a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, projected to extend through FY30. The objective is to gather expertise and capabilities to meet qualification requirements for various National Stock Numbers (NSNs) related to aircraft maintenance and support, with a focus on ensuring operational readiness and safety. This procurement is critical for maintaining and servicing aviation equipment, as it encompasses a range of tools and equipment necessary for effective military operations. Interested parties must submit their Contractor Capability Surveys by April 7, 2025, to the designated contacts, Jack McDonald and Aliscia Pitts, via their respective emails.
Bldg 300, Bay E Renovation Effort for Rooms 417 and 420
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the renovation of Rooms E417 and E420 in Building 300 at Robins Air Force Base, Georgia. The project aims to design, construct, and install cubicles and modular walls while ensuring compliance with Base Facility Standards, ergonomic guidelines, and safety regulations to maximize occupancy and functionality in the workspace. This renovation is crucial for enhancing operational effectiveness and team cohesion by providing comfortable and designated work areas for employees, addressing current limitations in office space. Interested parties should coordinate a site visit scheduled for April 8, 2025, at 1400, with Matthew Loomis, and submit their Statements of Work to Michele Watts or Patrick Madan via email.
DDWG - VLM Maintenance - SP3300-25-Q-0067
Buyer not available
The Defense Logistics Agency (DLA) Distribution is soliciting bids for preventative and corrective maintenance services for Vertical Lift Modules (VLMs) under solicitation SP3300-25-Q-0067. The procurement aims to establish a hybrid firm-fixed-price and time-and-materials purchase order to ensure the operational efficiency of critical automated storage and retrieval systems at the Warner Robins facility in Georgia. This contract includes a base performance period from May 1, 2025, to April 30, 2026, with four additional one-year options extending through April 30, 2030, and emphasizes compliance with federal regulations, including the Service Contract Act Wage Determination. Interested contractors must submit quotes by April 16, 2025, and direct any questions to Michael French at michael.s.french@dla.mil.