MABSM implementation and sustainment effort at Hill AFB OO-ALC, Warner Robins AFB WR-ALC, and Tinker AFB OC-ALC
ID: FA8224-25-MABSMImplementionandSustainmentType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8224 AFSC OL H PZIMHILL AFB, UT, 84056-5805, USA

NAICS

Computer Facilities Management Services (541513)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 10:00 PM UTC
Description

The Department of Defense is seeking small business contractors for the implementation and sustainment of the Maintenance and Business System Modernization (MABSM) at Hill Air Force Base, Warner Robins Air Force Base, and Tinker Air Force Base. The primary objective is to enhance the MABSM system, which supports Maintenance Repair Overhaul (MRO) operations, by providing a comprehensive range of services including project management, technical analysis, user training, and quality assurance. This initiative is crucial for maintaining system availability and compliance with Information Assurance standards, thereby ensuring efficient depot operations. Interested parties must submit their responses, including company information and capabilities, by May 2, 2025, to Hannah Rearick at hannah.rearick@us.af.mil or Jason Neering at jason.neering@us.af.mil.

Files
Title
Posted
Apr 2, 2025, 11:07 PM UTC
The Performance-Based Work Statement (PWS) outlines the requirements for the Maintenance Business System Modernization (MABSM) Implementation and Sustainment Support follow-on contract for the U.S. Air Force. The primary goal is to enhance the functionality of the MABSM system, which supports the Maintenance Repair Overhaul (MRO) operations at multiple Air Logistics Complexes. The contractor must provide a comprehensive range of services, including project management, technical analysis, system configuration management, user training, and quality assurance. Key responsibilities include maintaining system availability, managing user access, and ensuring compliance with Information Assurance standards. The contractor will also conduct training sessions for various levels of MABSM users and produce detailed user guides. Additionally, all application changes must be documented and approved through established configuration control processes. The contractor is expected to meet specific performance metrics, including resolving security vulnerabilities and maintaining high-quality code standards. This document serves as a structured guide for the contractor's obligations, ensuring that MABSM aligns with Air Force operational requirements while supporting critical business processes. The emphasis is on sustaining the system's organization-specific functionalities and integrating improvements to enhance overall efficiency in depot operations.
The document is a Sources Sought Synopsis concerning the implementation and sustainment of the Maintenance and Business System Modernization (MABSM) tailored for the Ogden, Warner-Robins, and Oklahoma City Air Logistics Complexes. This notice aims to gauge market interest and identify potential small business contractors qualified under NAICS Code 541513, with a size standard of $37 million. The government is particularly interested in responses from small business entities, including various classifications such as women-owned and veteran-owned businesses. Interested parties are requested to provide specific information about their company and capabilities in a limited six-page format. The responses should include a company name, CAGE Code, points of contact, and any relevant documentation that demonstrates the ability to fulfill the requirements detailed in the attached Performance Work Statement (PWS). All inquiries and submissions should be directed to named contacts by May 2, 2025. This initiative reflects the government's objective to determine competitive opportunities and appropriate acquisition strategies to sustain their logistical systems effectively while involving small businesses in the process.
Lifecycle
Similar Opportunities
FA8604 MMH System at Dover MMHS
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FA8604 MMH System at Dover Air Force Base, Delaware, under Solicitation Number FA8604-25-R-B021. The procurement involves the design, fabrication, installation, and testing of a Mechanized Material Handling System, with a total of eight line items specified in the request for proposal. This system is crucial for enhancing material handling efficiency at the base, and the contract completion is required within 360 days from the award date. Interested parties must submit their proposals by 3:00 PM Eastern Daylight Time on May 21, 2025, and are encouraged to direct any questions to the primary contacts, Andrew Petersen and Samantha Ekberg, via email. All proposals must be submitted through the Procurement Integrated Enterprise Environment (PIEE) platform, and late submissions will not be considered.
REPAIR OF ICT-1500/2500 DETECTION, CONTROL AND MOTION SYSTEMS - Hill Air Force Base, Utah
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and modernization of ICT-1500/2500 Detection, Control, and Motion Systems at Hill Air Force Base, Utah. This procurement aims to extend the operational life of these critical systems by replacing outdated components, including detectors, motors, controls, and associated software, while ensuring compliance with stringent performance and safety standards. The project is vital for maintaining the functionality of advanced Computed Tomography systems integral to the Minuteman III ICBM program. Interested small businesses must submit their proposals by April 29, 2025, and can direct inquiries to Randall Egbert at randall.egbert@us.af.mil or Tanner Nielsen at tanner.nielsen@us.af.mil.
MISSILE MISHAP RESPONSE TEAM (MMRT) MOBILE AIR TRAILER
Buyer not available
The Department of Defense, specifically the Air Force Materiel Command, is seeking proposals from small businesses for the procurement of a Mobile Air Trailer designed for the Missile Mishap Response Team (MMRT) at Hill Air Force Base, Utah. The primary requirement is for a custom enclosed trailer equipped with a cascade air system to supply and refill Self-Contained Breathing Apparatus (SCBA) during emergency situations. This procurement is critical for enhancing emergency readiness and operational efficiency, ensuring that the MMRT can effectively respond to incidents involving missile mishaps. Interested vendors must submit their proposals by May 12, 2025, with all inquiries due by April 25, 2025. Proposals should be directed to Contract Specialist Rachel Wright at rachel.wright.9@us.af.mil and Contract Officer Melissa Huston at melissa.huston.2@us.af.mil.
MXSG B507 Monorail Paint Line Upgrade
Buyer not available
The Department of Defense, through the Air Force, is soliciting proposals for the upgrade of the B507 Monorail Paint Line at Hill Air Force Base in Utah. This project aims to enhance operational capabilities by replacing outdated equipment, including the conductor bar system, and implementing a maintenance spur and wireless communication upgrades. The successful contractor will be responsible for providing design packages, procuring materials, and delivering operational and maintenance manuals, with a focus on ensuring compliance with safety and quality standards. Proposals are due by 1500 MST on May 13, 2025, and interested parties should direct inquiries to Tanner Nielsen or Bryan Kingsford via email.
FA8604, Storage Aid System at Hurlburt Air Force Base, Florida, MMHS
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center, is soliciting proposals for the design, fabrication, installation, and testing of a Storage Aid System at Hurlburt Air Force Base in Florida. This procurement is a total small business set-aside and encompasses nine line items, including the demolition of existing structures and the installation of new equipment, with specific requirements for modular office communication services and vehicle specifications. The project is critical for enhancing material handling capabilities at the base, and proposals must be submitted by 4:00 PM Eastern Daylight Time on April 25, 2025, with evaluations based on the Lowest Price Technically Acceptable criteria. Interested contractors should direct inquiries to Andrew Petersen at andrew.petersen.3@us.af.mil and ensure they are registered in the System for Award Management (SAM) prior to award.
Repair of Multiple NSN's for Air Force
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the repair and remanufacture of multiple National Stock Numbers (NSNs) related to various aircraft systems. The objective is to gather market research data to determine if the procurement can be competitive and potentially set aside for small businesses, including those that are 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned. The goods and services sought are critical for maintaining the operational readiness of the United States Air Force's aircraft, including the C-130 and F-16 models, among others. Interested parties must submit their capabilities and business information by May 25, 2025, to Darin Rector at darin.rector@us.af.mil, with no funding available for participation in this market research.
KC-135 Maintenance Platform Systems
Buyer not available
The Department of Defense, specifically the Air Force Sustainment Center, is seeking proposals for the procurement of KC-135 Maintenance Platform Systems at Tinker Air Force Base in Oklahoma. This initiative aims to enhance maintenance capabilities for the KC-135 aircraft by acquiring four sets of specialized work stands, including cargo door stands, aileron stands, and beavertail stands, all designed to meet stringent safety and operational standards. The procurement is set aside for small businesses, with a Firm Fixed Price contract anticipated, and proposals must be submitted by April 30, 2025, with evaluations based on technical acceptability and lowest total evaluated price. Interested parties can reach out to Cory Rainey-Hedrick or Marc J. Kreienbrink via email for further information.
B-1B Surface Sensor Gearboxes
Buyer not available
The Department of Defense, specifically the Air Force Sustainment Center, is seeking proposals from small businesses for the remanufacturing of B-1B Surface Sensor Gearboxes. This procurement involves comprehensive remanufacturing processes, including disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing to restore the gearboxes to like-new condition. The contract will be structured as a firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) over a five-year period, with delivery requirements of 15 units every 60 days for two distinct gearbox models. Interested vendors must submit a Source Approval Request (SAR) package and can expect the solicitation to be issued around May 14, 2025. For further inquiries, vendors can contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil.
Moving Bed Biological Reactor System Preventative Maintenance and Repair Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for preventative maintenance and repair services for the Moving Bed Biological Reactor (MBBR) system at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The contract will cover a base year and two option years, focusing on regular maintenance checks, software updates, and emergency repairs to ensure the effective operation of the MBBR system. This procurement is crucial for maintaining the operational efficiency of the Industrial Wastewater Treatment Plant, reflecting the government's commitment to high-quality service delivery in managing vital infrastructure. Interested small businesses must submit their proposals by May 1, 2025, and can direct inquiries to Michelle L. Fike at michelle.l.fike.civ@army.mil or by phone at 717-267-5325.
FA8604, MMHS at JB Charleston, MMHS
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center, is soliciting proposals for a Material Handling System (MMHS) at Joint Base Charleston, South Carolina, under Solicitation Number FA8604-25-R-B014. The procurement involves the design, fabrication, installation, and testing of a system that includes dock levelers and a power conveyor, with specific requirements outlined in the solicitation documents. This project is critical for enhancing operational efficiency at the base, and the contract is set aside exclusively for small businesses, with a completion timeline of 390 days from the award date. Interested vendors must submit their proposals by 3:00 PM EDT on April 30, 2025, and can direct inquiries to Andrew Petersen at andrew.petersen.3@us.af.mil or by phone at 937-123-3456.