Fall Protection Annual Inspection
ID: N6883625QS068Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

INSTALLATION OF EQUIPMENT- ROPE, CABLE, CHAIN, AND FITTINGS (N040)

Set Aside

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

    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Jacksonville, is soliciting proposals for the annual inspection and recertification of the Fall Protection System at VR-58 located at Naval Air Station Jacksonville, Florida. The contractor will be responsible for providing all necessary personnel, equipment, supplies, and supervision to complete the inspection as outlined in the Performance Work Statement (PWS). This service is critical for ensuring the safety and compliance of fall protection systems used in aviation operations. Interested small businesses are encouraged to submit proposals, and for further details, they may contact Lizbeth Pritchard at 361-961-2998 or via email at lizbeth.pritchard.civ@us.navy.mil. The solicitation is set aside for total small business participation under FAR 19.5.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details an amendment to a contract or solicitation, likely an RFP or grant, focusing on administrative changes and modifications to specific items. It outlines the process for acknowledging these changes, requiring signatures from authorized personnel and specifying the effective date of the amendments. The key changes include revisions to numbered items within the contract, particularly item '0g', and administrative modifications to ensure compliance with relevant regulations. The document also includes instructions for submitting proposals, emphasizing adherence to specified formats and content requirements. It covers aspects such as proposal submission, evaluation criteria, and the importance of clear communication regarding any deviations from the original solicitation. The amendment aims to clarify terms, update requirements, and ensure that all parties are aware of the revised conditions before proceeding with the contract or grant process.
    The Performance Work Statement (PWS) outlines the requirements for the annual inspection and recertification of the Fall Protection System at Fleet Logistics Support Squadron VR-58, located at Naval Air Station Jacksonville, Florida. The contractor will be responsible for all personnel, equipment, and supplies necessary to conduct the inspection and ensure compliance with OSHA regulations. The inspection must be completed within 30 days of contract award, during regular working hours, with minimal disruption to ongoing operations. Key responsibilities include hands-on inspections of system components, verification of safety equipment, and the issuance of a written report confirming compliance with regulatory standards. The contractor must maintain a strong safety and quality control protocol, provide trained personnel, and ensure their compliance with all relevant laws and regulations. Proper identification and access control procedures for contractor employees are mandated, alongside safety training and emergency response readiness. This document is part of a broader federal procurement initiative, emphasizing compliance, personnel management, and systematic oversight, essential for maintaining safety standards in federal operations.
    The document outlines the requirements and procedures for electronic payment requests and receiving reports within government contracts, specifically focusing on the Wide Area Workflow (WAWF) system. It defines key terms such as 'Local Processing Office (LPO)', 'Payment Request', and 'Receiving Report', and specifies how contractors must electronically process these documents in WAWF. The document details different document types for various cost and fixed-price line items, including invoices and receiving reports for deliverable shipments and services. It also lists applicable Federal Acquisition Regulation (FAR) clauses and Defense Federal Acquisition Regulation Supplement (DFARS) clauses related to contract terms, conditions, and payment procedures, emphasizing compliance with regulations concerning commercial products and services, contractor policies, and foreign purchases. Furthermore, it includes a routing data table for use within the WAWF system, outlining specific codes and identifiers for processing payment requests and receiving reports. The overall purpose is to standardize and regulate the electronic submission of financial and delivery documentation in government contracting.
    The document outlines various federal grants and Requests for Proposals (RFPs) aimed at supporting projects across state and local governments. It emphasizes the government's commitment to funding initiatives that enhance infrastructure, community services, and environmental sustainability. Key areas of focus include health care, education, and community development, with an emphasis on compliance with federal regulations and standards. Additionally, the RFPs address the need for detailed project proposals, outlining project goals, funding requirements, and timelines. They stress the importance of collaboration among local agencies and ensuring public engagement throughout the process. Compliance with safety and environmental standards is underscored as paramount, alongside the requirement for transparently documented plans to facilitate funding approval. Ultimately, these initiatives aim to invest in public welfare and foster collaboration between governments and various stakeholders, with the intent of enhancing community resilience and sustainable development. The structured funding opportunities reflect a proactive approach to current social, economic, and environmental challenges.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL and Outlying Areas
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFAC Southeast), is soliciting proposals for Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, Florida, and its outlying areas. The procurement encompasses a wide range of services including facility management, utilities management, environmental services, and transportation, structured as a performance-based indefinite-quantity contract with a total duration of up to eight years, comprising one base year and seven option years. This contract is crucial for maintaining operational readiness and efficiency at the naval installation, ensuring compliance with various environmental and safety regulations. Interested small business concerns must submit their proposals by January 15, 2026, and can direct inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or by phone at 904-860-5758.
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@us.af.mil.
    Base Operations Support (BOS) Services at Naval Station (NS) Mayport, Florida; Marine Corps Support Facility – Blount Island (MSF – BI) Jacksonville, Florida; and the outlying areas supported by these commands
    Buyer not available
    The Department of Defense, through NAVFAC SYSCOM Southeast, is soliciting proposals for Base Operations Support (BOS) Services at Naval Station Mayport and Marine Corps Support Facility – Blount Island in Jacksonville, Florida. The contract encompasses a wide range of services including port operations, facility management, custodial services, pest control, utilities management, and environmental services, with a performance-based approach emphasizing quality and efficiency. This indefinite-quantity contract is expected to have a base period of one year with seven additional one-year options, totaling up to eight years, and will be awarded based on the best value to the government, considering both technical and price proposals. Interested contractors should submit their proposals by December 16, 2025, and direct any inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or Cari Fiebach at cari.l.fiebach.civ@us.navy.mil.
    FY26 MPL DOLLY LASHING STRAPS
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for the refurbishment and certification of 96 Dolly Lashing Straps, essential for the SSN-688 Class Submarine Weapons Handling Equipment. The contractor will be responsible for inspecting, disassembling, restoring, reassembling, and weight testing the straps to meet NAVSEA inspection requirements, as their current certification has expired. This procurement is a 100% Small Business Set-Aside, with a performance period from December 15, 2025, to August 5, 2026, and quotes are due by 12:00 PM EST on December 8, 2025. Interested vendors must submit their proposals to Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil and ensure they are registered in SAM.gov.
    Commercial Industrial Services (CIS) Safety Nets Fabrication Services
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center, is soliciting proposals for Commercial Industrial Services (CIS) Safety Nets Fabrication Services, specifically for the removal and installation of safety nets on U.S. Navy ships within a 50-mile radius of San Diego, CA. The contract will require the successful offeror to provide labor, services, equipment, and materials for the fabrication, pre-fitting, weight testing, and installation of various types of safety nets, ensuring compliance with the latest specifications and NAVSEA Standard Items. This procurement is critical for maintaining safety standards aboard naval vessels and will be awarded as a multiple award indefinite delivery/indefinite quantity, firm-fixed price contract over a five-year base period, with a total small business set-aside. Interested parties should contact Alondra Moreno at alondra.moreno3.civ@us.navy.mil or 619-664-1869 for further details, and proposals must be submitted in accordance with the solicitation guidelines.
    14459 - Anchor Points Follow-On
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal services for anchor points and fall protection at Hill Air Force Base in Utah. The procurement involves comprehensive inspections and recertifications of anchor points, rails, trolleys, and associated hardware, along with minor repairs during recertification, as outlined in the Performance Work Statement. These services are critical for ensuring safety and compliance with regulations at the U.S. Air Force's Ogden Air Logistics Complex and Utah Training & Test Range. Interested small businesses must contact Hugo Ruano Gutierrez or Lelauni Jenkins for further details, with proposals due in accordance with the solicitation timeline.
    Solicitation N0038323RC442
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of a critical safety item (CSI) used in shipboard aircraft launch and recovery systems, identified by NSN 7R-1720-011581698-VX. This solicitation requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, which must include detailed technical data and compliance with stringent quality assurance and inspection requirements. The contract is a rated order under the Defense Priorities and Allocations System (DPAS), emphasizing the importance of timely delivery and adherence to specific packaging and shipping instructions. Interested parties should note that the solicitation close date has been extended to December 10, 2025, and must direct inquiries to Timika Nicholson at (215) 697-2582 or via email at TIMIKA.D.NICHOLSON.CIV@US.NAVY.MIL.
    Roof Fall Protection Systems Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This contract encompasses the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline (HLL) and Beam and Trolley (B&T) systems, with a focus on ensuring compliance with stringent safety regulations and federal building codes. The contract will be structured as a Firm-Fixed-Price (FFP) with optional Indefinite-Delivery Indefinite-Quantity (IDIQ) provisions for repairs, and it is crucial for maintaining safety standards within the Pentagon's operational environment. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and provide completed proposals by January 7, 2026. For further inquiries, vendors can contact Keisha Simmons at keisha.simmons@whs.mil or Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.
    RING, SAFETY HOIST
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of safety hoists, classified under the NAICS code 332510 for Hardware Manufacturing. The contract will involve the supply of fittings for rope, cable, and chain, with a focus on compliance with various technical and quality requirements as outlined in the Individual Repair Part Ordering Data (IRPOD). These safety hoists are critical for ensuring operational safety and efficiency in naval operations. Interested vendors should direct inquiries to Thomas M. Falcone at 564-230-2219 or via email at THOMAS.M.FALCONE.CIV@US.NAVY.MIL, and must adhere to the submission guidelines and deadlines specified in the solicitation documents.
    17--NRP,FLAT PANEL A033, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the NRP Flat Panel A033, a critical component used in aircraft ground servicing equipment. The procurement requires contractors to adhere to stringent quality and inspection standards, as the items are classified as Flight Critical, necessitating engineering source approval from the Naval Air Systems Command. This contract is vital for maintaining operational readiness and safety in shipboard systems that support aircraft launch and recovery operations. Interested contractors must submit their proposals and source approval requests by the specified deadline, and can direct inquiries to Kimberly Flores at 215-697-6549 or via email at kimberly.flores12.civ@us.navy.mil.