Fort Bliss Vehicle Maintenance
ID: FA800324Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8003 771 ENTERPRISE SOURCING SQWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

General Automotive Repair (811111)

PSC

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

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for vehicle maintenance services at Fort Bliss, Texas. The contractor will be responsible for providing mechanics to supplement government personnel, performing both scheduled and unscheduled maintenance, inspections, and repairs on various vehicles to ensure a Mission Capable rate of at least 90%. This contract is critical for maintaining operational readiness and safety compliance within the military's vehicle fleet. Proposals are due by September 9, 2024, and interested vendors should contact MSgt Owen Hurley at owen.hurley.1@us.af.mil or SSgt Randal Rose at randal.rose@us.af.mil for further information.

    Point(s) of Contact
    MSgt Owen Hurley
    owen.hurley.1@us.af.mil
    SSgt Randal Rose
    randal.rose@us.af.mil
    Files
    Title
    Posted
    This document outlines various clauses and regulations incorporated by reference in RFP FA800324Q0004, primarily for contracts involving the Department of Defense (DoD). Key clauses include requirements related to the compensation of former DoD officials, whistleblower protections, safeguarding defense information, and compliance with federal acquisition regulations. Emphasis is placed on contractor responsibility, including their representation regarding telecommunications equipment, payment processes through the Wide Area Workflow (WAWF), and mandatory certifications related to taxation, child labor, business operations in restricted countries, and ownership structures. The document further delineates guidelines for small businesses, veterans, and women-owned enterprises, encouraging participation in federal contracting. It mandates a range of representations to ensure compliance with various federal laws and executive orders, including anti-corruption measures, environmental considerations, and certifications regarding the treatment of subcontractors. Overall, the document serves as a foundational legal framework for contractors bidding for federal projects, providing clarity on compliance requirements and responsibilities within the context of DoD contracting and procurement processes.
    This Performance Work Statement (PWS) outlines the requirements for a vehicle maintenance contract at Fort Bliss, specifically for Combat Support Training Range (CSTR) operations. The contractor is tasked with supplementing government personnel by providing maintenance for various types of vehicles, ensuring a Mission Capable (MC) rate of at least 90%. Services include scheduled and unscheduled maintenance, inspections, repairs, and compliance with federal regulations and Air Force standards. The contractor must maintain high-quality work standards, while a robust quality control program will track performance and address deficiencies. The government will furnish facilities, utilities, and essential tools, while the contractor is responsible for maintaining cleanliness and safety standards. Detailed metrics for acceptable performance standards are established to govern service delivery and track contractor effectiveness. Furthermore, regulations surrounding security, environmental compliance, and personnel qualifications are outlined, ensuring that all operations adhere to mandated guidelines. Overall, the document emphasizes the critical nature of maintaining a reliable vehicle fleet for successful training missions, showcasing the government's commitment to operational readiness and safety compliance at Fort Bliss.
    The document appears to address various federal and state-level Requests for Proposals (RFPs) and grants focused on environmental assessment, particularly concerning hazardous materials management and cleanup processes. Key points include the identification of hazardous materials such as asbestos, lead-based paint, and potential microbial threats, along with the stipulations for handling these materials in compliance with safety standards. It notes the necessity for comprehensive surveys prior to any construction or renovation activities, emphasizing the importance of ensuring public health and safety through effective hazardous material monitoring and remediation. The overall purpose aligns with governmental efforts to maintain environmental integrity and compliance with health regulations, illustrating a commitment to responsible management of potentially dangerous materials in public projects.
    The document outlines a government request for proposals (RFP) relating to labor categories, specifically for Heavy Equipment Mechanics and Motor Vehicle Mechanics over a specified period. Each labor category consists of base periods and four option years, with 2,080 hours allocated for each Full-Time Equivalent (FTE) per year. Additionally, there is a mention of a potential six-month extension for both labor categories. The document includes stipulations for direct labor rates and associated costs such as FICA, FUTA, SUTA, workers' compensation, health/life insurance, and retirement plans, along with general and administrative costs and profit margins. It emphasizes the need for inputting specific direct labor rates and adjusting percentages in shaded areas for financial calculations. This document serves as a critical foundational element for contracting services, ensuring compliance with federal guidelines and optimizing labor cost estimations within the federal and state/local procurement framework.
    This document outlines a government Request for Proposal (RFP) for labor categories needed over a specified contract duration, which includes a base period and several option years. It lists requirements for positions such as Heavy Equipment Mechanics and Motor Vehicle Mechanics, detailing the number of Full-Time Equivalents (FTEs) for each position across the base year and four subsequent option years, including a six-month extension. Each FTE is calculated at 2,080 hours for full years and 1,040 hours for the extension. Essential cost factors such as Federal Insurance Contributions Act (FICA), Federal Unemployment Tax Act (FUTA), State Unemployment Tax Act (SUTA), and various employee benefits—worker's compensation, health/life insurance, and retirement plans—are prompted for input to assess direct labor rates. The document also indicates the need to calculate General and Administrative (G&A) costs and profit margins, highlighting their percentages. This summary illustrates the structured financial and operational planning necessary for government contracts, ensuring compliance and efficient allocation of resources across various labor categories over multiple contract years.
    The document comprises two addendums to the Federal Acquisition Regulation (FAR), specifically addressing the Instructions to Offerors and Evaluation Criteria for commercial item acquisitions. The primary purpose is to outline comprehensive proposal submission requirements for potential contractors. Offerors must adhere to specific guidelines during preparation, emphasizing meeting all solicitation terms and conditions or risk rejection. Key sections specify the need for registration in the System for Award Management (SAM), detail the electronic submission format, and outline evaluation processes based on a Lowest Price Technically Acceptable basis. Proposal submissions must include three volumes: Volume I focuses on Cost/Price and Contract Documents; Volume II encompasses the Technical Proposal with criteria on staffing and quality control planning; and Volume III covers Past Performance detailing relevant contracts. Evaluation procedures assess both price and technical factors, with an emphasis on presenting complete and relevant information, grading submissions as Acceptable or Unacceptable. The document underscores the importance of past performance evaluations in determining contractor capability while maintaining the government's discretion over award decisions based on collective evaluation insights.
    The Combined Synopsis/Solicitation for Vehicle Maintenance at Fort Bliss seeks qualified vendors, specifically set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The primary objective is to manage routine maintenance tasks for various vehicles and shop equipment to support the operations at the Fort Bliss Combat Support Training site. The RFQ number FA800324Q0004 requires all proposals to be submitted via email by 5 September 2024, with a focus on technical capabilities, price, and past performance for evaluation. Interested vendors must be registered in the System for Award Management and submit necessary documentation including a detailed technical approach, price breakdown, and proof of financial capability. The government reserves the right to cancel the RFQ if funding is unavailable, and it will not reimburse vendors for proposal costs. Key evaluation factors will prioritize price significantly above technical and past performance proposals. The solicitation includes various clauses and provisions applicable under FAR regulations, ensuring compliance and clarity throughout the procurement process.
    The document is a combined synopsis and solicitation for vehicle maintenance services at Fort Bliss, specifically capturing the amendment to the original Request for Quotation (RFQ) FA8003-24-Q-0001. Key updates include an extension of the contractor's price hold period from 30 to 90 days, an increase in the technical approach page limit from 10 to 25 pages, and a revision of service hours for Heavy Equipment and Motor Vehicle Mechanic positions from 2,080 hours to 1,040 for a six-month extension. The RFQ is set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and contractors must submit their quotes by September 5, 2024. Significant emphasis is placed on the contractor’s technical capability, pricing, and past performance for evaluating quotes. The document also clarifies requirements for submissions, vendor eligibility and registration in the System for Award Management, while noting that no funding is currently available for this effort. All proposals must adhere to the guidelines established in the Federal Acquisition Regulation (FAR) clauses referenced. The summary fosters transparency in the procurement process while ensuring compliance with federal regulations.
    The document pertains to a Request for Quotation (RFQ) for vehicle maintenance services at Fort Bliss, focusing on the management of routine and preventive maintenance for a fleet of special and general-purpose vehicles. An amendment changes the RFQ due date from September 5, 2024, to September 9, 2024. The RFQ is set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and potential vendors must provide quotes that demonstrate technical capability, pricing, and past performance. The evaluation of quotes will prioritize cost, with technical aspects being lesser factors. Vendors must be registered in the System for Award Management (SAM) and must submit specific documentation, including a point of contact and a comprehensive proposal demonstrating understanding of the work. The government reserves the right to cancel the RFQ if funds are unavailable and expects no reimbursement for vendor costs if this occurs. The document concludes with instructions for communication and submission of quotes, emphasizing compliance with federal regulations.
    The document is a combined synopsis/solicitation for vehicle maintenance services at Fort Bliss, associated with RFQ number FA8003-24-Q-0001. The primary purpose is to procure skilled mechanics for routine and preventive maintenance of various vehicles and equipment to ensure a functional fleet. Key amendments include changing the RFQ due date from September 5, 2024, to September 9, 2024, and clarifying that no awards will be made unless funds are available. The RFQ is set aside for 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a NAICS code of 811111 and a size standard of $9 million. Proposals must demonstrate technical capability, price competitiveness, and past performance, with emphasis on a comprehensive understanding of the work, as outlined in the Performance Work Statement. Quotes are to be submitted via specified emails by September 9, 2024, at 1:30 PM EST, along with required documentation including price breakdowns and compliance with federal regulations via SAM registration. All communications must follow outlined instructions to ensure responsiveness and compliance with eligibility requirements for contract awards.
    The Department of the Air Force issued Solicitation Amendment 1 (FA800324Q0004) for vehicle maintenance services at Ft. Bliss. The proposal is structured around two full-time equivalents (FTEs) necessary to support designated workloads. Key inquiries addressed include confirmation that electronic email submission suffices for proposals, that resumes are not needed, and specifications regarding commercial driver's license (CDL) requirements for personnel. Contractors must conduct market research for parts, which will then be procured through the government. Regular work hours are defined as Monday to Friday, with overtime permitted only under exceptional circumstances and requiring prior approval. Current staffing is noted to consist of 19 active-duty personnel and 2 Air National Guard positions. The document aims to clarify policy and procedural expectations for potential contractors, ensuring compliance and alignment with the military's operational needs.
    The document outlines Solicitation Amendment 1 for the FA800324Q0004 vehicle maintenance contract at Fort Bliss, issued by the Air Force Installation Contracting Center. It addresses inquiries from industry participants regarding proposal submission requirements and staffing levels. Key points include confirmation that the staffing requirement for the bid is limited to 2 full-time equivalents (FTEs) and that electronic email submission of proposals is acceptable, negating the need for printed copies. Additionally, resumes are not mandatory for submission. While all FTEs do not need to possess Commercial Driver's Licenses (CDLs), certain conditions apply for test drivers operating vehicles without a CDL. This document serves to clarify procedural aspects of the RFP, emphasizing the Air Force's approach to ensuring compliance and operational efficiency within the vehicle maintenance contract bidding process. The focus on clear guidelines signifies the importance of streamlined communication between the government and contractors to facilitate a successful procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Preventative Maintenance for VLM's
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for preventative maintenance services for thirty-three Vertical Lift Modules (VLMs) at the Corpus Christi Army Depot in Texas. The contractor will be required to conduct one onsite visit annually, adhering to the Performance Work Statement, with the contract set aside for small businesses. These VLMs are critical for managing aircraft parts, emphasizing the need for specialized maintenance to ensure operational efficiency. Proposals are due by September 19, 2024, at 3:00 PM, and interested parties can contact Jennifer Salyers at jennifer.l.salyers2.civ@army.mil for further information.
    Vehicle Lease
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for a one-year lease of ten vehicles under solicitation number FA9401-24-Q-0036, fully set aside for small businesses. The procurement requires a mix of vehicles, including one 1-ton stake bed truck, one 1.5-ton stake bed truck, one 1.5-ton crew cab pickup, three cargo vans, and four 15-passenger vans, all of which must meet safety standards set by the New Mexico Department of Public Safety and the Motor Vehicle Division. This initiative is crucial for supporting personnel and cargo transport, thereby enhancing operational efficiency and readiness. Interested offerors must submit their quotes via email by September 20, 2024, and are encouraged to direct any questions to the primary contact, Austin Swain, at austin.swain@us.af.mil or by phone at 505-846-9742, with all proposals needing to remain valid until the end of September.
    Material Handling Equipment Lease 10K Forklifts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Mission & Installation Contracting Command (MICC) at Fort Bliss, Texas, is soliciting bids for the lease of eighteen (18) 10,000-pound forklifts to support military operations at Fort Bliss, Fort Cavazos, and Fort Liberty. The contract requires the provision of forklifts without operators, along with maintenance services every 500 operating hours, in accordance with the attached Performance Work Statement (PWS). This procurement is critical for addressing equipment shortages essential for deployment operations and ensuring operational readiness within the Army's logistics framework. Interested small business firms must submit their bids by September 19, 2024, and can direct inquiries to Hasan Williams at hasan.j.williams.mil@army.mil or Jenny Cisneros at jenny.a.cisneros.mil@army.mil.
    163 RD ATKW Repair Freightliner Tractor Trailers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a qualified contractor to repair two Freightliner Tractor Trailers for the 163rd Attack Wing at Moffett Field, California. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 811111, which pertains to General Automotive Repair. The contract will be awarded as a firm-fixed-price agreement, although no funds are currently available for this acquisition, and the award will only proceed once appropriated funds are secured. Interested offerors must register in the System for Award Management (SAM) and can reach out to David Moreno at david.moreno.34@us.af.mil or 951-655-55461 for further inquiries.
    Giant Voice Repair and Maintenance Mass Notification System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and maintenance of the Giant Voice Mass Notification System at Goodfellow Air Force Base in Texas. The contract requires the selected contractor to perform immediate repairs and semi-annual maintenance services to ensure the system operates at full capacity, with a total estimated award amount of $34 million over a base year and four option years. This system is crucial for reliable communication in military operations, emphasizing the importance of maintaining operational readiness. Interested small businesses must submit their quotes by September 17, 2024, and are encouraged to contact the contracting officer, Matthew Loffredo, at matthew.loffredo@us.af.mil for further details.
    FY24 355 MXG Paint Booth Services
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the FY24 355 MXG Paint Booth Services at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement aims to provide inspection and servicing of a Global Finishing Solutions paint booth and its Primary Logic Computer (PLC), ensuring operational efficiency and compliance with safety regulations. This service is critical for maintaining equipment used in corrosion prevention processes, which are essential for military operations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes via email by September 18, 2024, at 09:00 AM Arizona Local Time, and can direct inquiries to Elisa Montoya at elisa.montoya@us.af.mil or Erick Ramirez Millan at erick.ramirezmillan@us.af.mil.
    JBSA-Lackland Carwash Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the upgrade of the carwash facility at Joint Base San Antonio (JBSA)-Lackland in Texas. The project involves disconnecting existing automatic carwash equipment and installing a manual wash system equipped with a soap brush and trigger wand, aimed at enhancing operational efficiency and serviceability. This upgrade is critical for maintaining the functionality of vehicle maintenance operations within the military, ensuring that vehicles are properly cleaned and maintained. Interested small businesses must submit their quotes by September 18, 2024, and are encouraged to attend a site visit scheduled for August 29, 2024. For further inquiries, potential bidders can contact Kailah Kraus or Vivian Fisher via their respective emails.
    Motor Vehicle
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for a long-term Indefinite Quantity Contract for the acquisition of motor vehicle transmission and power train parts, specifically targeting small businesses under a Total Small Business Set-Aside. The contract will cover multiple National Stock Numbers (NSNs) for items such as fluid coolers and accelerator levers, with a base period of three years and an option for one additional year, aimed at supporting military depots with replenishment coverage. Interested parties must submit their proposals by the solicitation's issue date of October 1, 2024, and can contact Matthew Stein at DSN 312-850-4850 or via email at Matthew.Stein@dla.mil for further information.
    71st EOD NTV
    Active
    Dept Of Defense
    The Department of Defense, through the Army's MICC - Fort Carson office, is seeking proposals from small businesses for the procurement and installation of automotive accessories on two government-owned non-tactical vehicles, specifically for outfitting them with a comprehensive Whelen CenCom Core® vehicle control system. The project aims to enhance the operational efficiency and safety of the vehicles, ensuring compliance with established electrical standards and federal regulations. Interested contractors must be prepared to complete the installation within a timeframe of 30 to 60 days, with a total estimated installation time of 160 hours for both vehicles. Proposals are due by 12:00 AM on September 17, 2024, and interested parties can contact Annie Shepherd at annie.l.shepherd.civ@army.mil or Dorothy F. Bell at dorothy.f.bell.civ@army.mil for further information.
    Facilities Other Maintenance Follow On
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to manage the Facilitate Other Maintenance (FOM) program for the 309th Aircraft Maintenance Group (AMXG) at Hill Air Force Base, Utah, and Joint Base San Antonio, Texas. The contractor will be responsible for overseeing the inventory, receipt, issuance, and control of aircraft parts and materials, ensuring compliance with performance standards and maintaining a qualified workforce. This procurement is critical for ensuring high standards of asset management and quality service within military maintenance operations, emphasizing accountability and effective management throughout the contract period. Interested vendors must respond to the Sources Sought notice by September 9, 2024, and can contact Shelly Bachison at shelly.bachison@us.af.mil or 801-586-8606 for further information.