AMARG Engineering Support Services
ID: FA822425R0001Type: Solicitation
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due Apr 20, 2025, 11:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the AMARG Engineering Support Services contract at the 309 Aerospace Maintenance and Regeneration Group located at Davis-Monthan Air Force Base in Tucson, Arizona. The contract aims to provide comprehensive engineering support, including aerospace storage, preservation, aircraft parts reclamation, and depot-level maintenance overflow, requiring contractors to supply qualified personnel with expertise in various engineering disciplines. This opportunity is a Total Small Business Set-Aside, emphasizing the government's commitment to supporting small businesses, particularly those owned by women, and includes a firm-fixed-price structure with a one-year base period and three one-year options. Interested parties must submit their proposals by April 20, 2025, and can direct inquiries to Willie Little at willie.little@us.af.mil or Devin Laughter at devin.laughter@us.af.mil.

Files
Title
Posted
The provision outlines the government's evaluation of compensation for professional employees in the context of service contracts. It emphasizes the importance of maintaining competitive salaries and benefits to ensure the quality and stability of the workforce. Offerors must submit a total compensation plan that reflects fair and realistic salaries for the required professional services. Proposals with compensation lower than previous contractors will be scrutinized regarding their ability to deliver uninterrupted quality work and retain competent personnel. The document stresses that unrealistic compensation levels may indicate a lack of understanding of contract complexity and could lead to proposal rejection. Overall, the main purpose is to ensure that the government secures qualified professionals capable of meeting contract objectives while discouraging practices that could undermine service quality through inadequate compensation.
Apr 16, 2025, 8:06 PM UTC
The 309 AMARG Engineering and Technical Support Services PWS outlines the requirements for providing engineering support at the 309 Aerospace Maintenance and Regeneration Group, located at Davis-Monthan Air Force Base, Arizona. The contract aims to assist in aerospace storage, preservation, aircraft regeneration, and depot-level maintenance overflow. Contractors must provide qualified personnel with expertise in process, facilities, and industrial engineering. Specific roles include Process/Industrial Engineer, Facilities Engineer, Technical Insertion Engineer, and Engineering Technician, each requiring distinct qualifications and experience. Performance metrics are established, with satisfactory performance dependent on meeting task timelines and maintaining staff availability. The contract emphasizes adherence to safety and security protocols, including obtaining necessary security clearances and following safety regulations. Moreover, contractors must report labor hours and mishaps in compliance with federal guidelines. The document serves as a critical guideline for ensuring the contractor's effective execution of responsibilities while supporting government operations. Overall, it reflects the federal government's commitment to maintaining mission readiness through standardized contracting procedures in a military environment.
Apr 16, 2025, 8:06 PM UTC
The file appears to be a technical error or placeholder message indicating that the PDF viewer is not displaying the intended contents. As a result, the document cannot be analyzed for its main topic, key ideas, or supporting details. Without access to the actual content, it is impossible to summarize or provide insights related to federal government RFPs, grants, or state/local RFPs. To move forward effectively, it's critical to access a compatible PDF viewer or an alternative format of the document to extract relevant information and perform the requested analysis and summary.
Apr 16, 2025, 8:06 PM UTC
The document is a placeholder indicating that content should be displayed within a PDF viewer. It suggests upgrading to the latest version of Adobe Reader for optimal viewing and provides links for further assistance. Mention of trademarks for software and operating systems like Windows, Mac, and Linux is noted. There is no substantive information regarding federal government RFPs, grants, or local RFPs, as the file does not contain readable material. The overall emphasis is on technical compatibility and user support regarding PDF formats, and it lacks any specific data or insights pertinent to government-related funding or proposals. Consequently, it does not serve a function in analyzing any government initiatives or grants.
Apr 16, 2025, 8:06 PM UTC
The document addresses the importance of federal and state RFPs (Requests for Proposals) and grants, though it appears to be a non-functional file without substantive content. While specific details about particular RFPs or grants cannot be extracted, the general purpose of such documents typically involves soliciting proposals from organizations to provide services or products that align with governmental objectives. These RFPs often outline eligibility criteria, funding availability, project goals, submission requirements, and evaluation processes. They play a crucial role in transparent procurement practices, promoting competition, and ensuring that public funds are used effectively. Documentation surrounding these opportunities usually adheres to regulatory standards and aims to foster collaboration between the government and various stakeholders to address community needs and objectives. Overall, it reinforces the significance of structured proposal processes in enhancing governmental operations and service delivery.
Apr 16, 2025, 8:06 PM UTC
The file is currently inaccessible as it appears to be a formatting or display issue with the PDF viewer, preventing the content from loading. Consequently, I am unable to identify the main topic, key ideas, or supporting details. This situation underscores the importance of proper document formats for government files regarding RFPs, federal grants, and local initiatives. Generally, such documents typically outline funding opportunities, eligibility criteria, application procedures, and timelines aimed at guiding stakeholders in securing government funding or contracts. For effective analysis and summarization, accessing the content is essential. Without the ability to do so, no further meaningful breakdown or summary can be provided.
Apr 16, 2025, 8:06 PM UTC
The document is currently inaccessible, displaying an error message instead of content. As a result, I cannot provide a summary, main topic identification, or key points related to government RFPs, federal grants, or state/local requests for proposals. Please provide a readable document or an alternative format to proceed with the analysis and summarization.
Apr 16, 2025, 8:06 PM UTC
The provided document appears to be heavily corrupted and unreadable, containing a mixture of nonsensical characters and fragments. As a result, it is impossible to discern a coherent narrative or extract a meaningful topic from the text. Typically, government files related to federal RFPs (Requests for Proposals) and grants focus on outlining specific funding opportunities, program requirements, eligibility criteria, and submission guidelines tailored for various projects across federal, state, or local levels. The objective usually includes soliciting proposals from organizations, businesses, or individuals capable of fulfilling a defined need or addressing a project goal. Given a standard context for these types of documents, a summary would usually highlight the scope of funding available, the anticipated outcomes of funded projects, pertinent deadlines, and instructions for proposal formatting and submission. This information is crucial for stakeholders aiming to apply for grants or respond to RFPs, ensuring compliance and alignment with governmental priorities.
The document FA822425R0001 outlines the AMARG Engineering Support Services RFP and addresses several questions regarding proposal submission guidelines. It specifies formatting requirements, permitting fonts like Times New Roman and Arial in 10-12 pt size with a minimum 1” margin. A table of contents (TOC) is encouraged but does not count toward the 20-page limit for technical content. Past performance examples are acceptable if they are recent, relevant, and show at least one year of performance within the last 60 months, including ongoing projects. Concerns regarding discrepancies in Department of Labor (DoL) codes relative to the Davis-Monthan AFB Wage Determination are clarified, stating certain engineering roles are considered professional employees and will reference occupational codes from the Bureau of Labor Statistics. Updates have been made to several related documents reflecting these changes. Overall, the document aims to clarify the RFP submission process, ensuring compliance with wage determinations and performance review criteria in a federal contracting context, crucial for prospective offerors seeking to provide engineering support services.
The document details the AMARG Engineering Support Services RFP (FA822425R0001), addressing various inquiries related to the submission process. Key points include formatting preferences, the acceptance of ongoing and relevant past performance examples, and updates regarding wage determination codes. The government emphasizes that this RFP is a new requirement due to challenges in hiring government engineers, also clarifying that contractors can begin work with an interim clearance. The Technical Insertion Engineer's role encompasses change management in industrial processes and engagement with Small Business Innovation Research (SBIR) programs, which are not specified but involve evaluating technologically viable projects. This document plays a critical role in defining submission guidelines and clarifying the scope of services sought by the government as part of its engineering support needs.
Mar 20, 2025, 2:07 PM UTC
The document FA822425R0001 pertains to the AMARG Engineering Support Services and comprises a series of questions and answers relevant to proposal submissions. It clarifies specific guidelines regarding formatting preferences for submissions, stating that margins should be no less than one inch and fonts must be professional (such as Times New Roman, Arial, or Calibri) with a size between 10 and 12 points, using single spacing. The inclusion of a table of contents (TOC) is encouraged but will not be counted against the 20-page limit for technical content. Additionally, the document stipulates conditions for acceptable past performance examples. It allows for ongoing projects to be included as long as they have a minimum of one year of performance at the time of submission. Furthermore, the document confirms that projects completed within the last sixty months can be included even if they commenced earlier, provided a year of performance falls within the stipulated timeframe. This file serves to provide clarity on proposal expectations for potential offerors in the context of the federal RFP process.
Mar 20, 2025, 2:07 PM UTC
The document outlines a solicitation for a contract issued to support Women-Owned Small Businesses (WOSB) in providing commercial products and services, specifically engineering support services at the Aerospace Maintenance and Regeneration Group (AMARG) located at Davis-Monthan Air Force Base. The contract encompasses various roles including Process Engineers, Facilities Engineers, and Engineering Technicians over a 12-month period, with options available for extensions up to three additional years. The total anticipated value of the contract is $25.5 million. It details procurement procedures, including payment options via the Wide Area Workflow (WAWF) system, incorporation of Federal Acquisition Regulation (FAR) clauses, and specific requirements for labor standards relevant to government contracts. The solicitation emphasizes compliance with numerous regulatory frameworks, promoting inclusion of small and disadvantaged businesses, and establishing inspection and acceptance protocols for services rendered at the government facility. As part of this initiative, the aim is to support economic growth by empowering women-owned businesses within the federal contracting landscape.
The document outlines a solicitation for engineering support services specifically targeted at women-owned small businesses (WOSB) in relation to a contract with the United States Air Force, focusing on operations at Davis-Monthan Air Force Base. The primary requirement is to provide various engineering roles—such as Process Engineers and Facilities Engineers—across multiple option periods extending over several years. This contract emphasizes a firm-fixed-price arrangement for services delivered over the specified performance timeline, with mandatory reporting deliverables and accompanying documentation. The solicitation includes detailed information regarding the method of solicitation, requirements for bidding, and various contract clauses that must be adhered to by the awarded contractor. It highlights the essential goal of supporting small businesses, particularly those owned by women, aligning with the government's broader initiative of economic empowerment within federal contracting. Compliance with regulatory standards, payment processing through electronic means, and adherence to labor laws are also key components of this solicitation, ensuring a structured approach to both financial management and workforce standards. Overall, this document represents a key initiative aimed at fostering participation from diverse small businesses in government contracting processes.
Apr 16, 2025, 8:06 PM UTC
The document outlines an amendment to a federal solicitation related to labor categories and their conformity with the Bureau of Labor Statistics and the Department of Labor. It extends the response deadline to April 20, 2025, while ensuring that all terms, unless specified, remain unchanged. The amendment modifies important contract clauses, including aspects of sustainable practices pursuant to current regulations, and clarifies the incorporation of various FAR clauses relevant to employment, contractor responsibilities, and compliance requirements. Specific updates include the addition of clauses concerning waste reduction programs, sustainable products, and labor standards, with a focus on adherence to various eligibility and procurement guidelines, particularly aimed at small businesses. It emphasizes the necessity for contractors to acknowledge receipt of amendments and provides detailed instructions on compliance with federal regulations to mitigate risks associated with labor, service contracts, and subcontracting. This initiative reflects the government's commitment to clarity and compliance in federal procurement processes.
Mar 20, 2025, 2:07 PM UTC
The document outlines a Total Evaluated Price Worksheet for a federal solicitation (FA822425R0001) related to Engineering Support Services. It details labor categories, headcounts, and estimated yearly hours necessary for the project's execution under a performance-based contract. The base year and option years include a total of five labor categories: Process/Industrial Engineer, Facilities Engineer, Technical Insertion Engineer, and Engineering Technicians, with varying headcounts and hours allocated. The contract is projected to commence on June 9, 2025, with costs broken down in a pricing table, although specific financial figures are not provided. The purpose of the worksheet is to facilitate the evaluation of contractor proposals based on their pricing submissions. Comprehensive pricing for each option year, including fully burdened hourly rates, is essential for the total evaluated price, though the total costs remain undefined in this file. This document is crucial for ensuring competitive proposals that align with federal procurement standards, thereby allowing for informed selections of service providers in government projects.
Mar 20, 2025, 2:07 PM UTC
This document serves as an addendum to FAR 52.212-1, detailing the instructions for preparing proposals for government solicitations. It emphasizes the necessity for proposals to include critical data such as the CAGE code, payment terms, primary contact information, and expiry date of offers. Proposals must adhere to specified electronic format requirements to ensure they are searchable and accessible. Key requirements include the establishment of ground rules and assumptions concerning the proposal's development, identification of any exceptions taken to the solicitation terms, and detailed content submission. Offerors must include a cover letter, a table of contents, a contractor responsibility statement, completed solicitation forms, and specific content addressing technical factors, past performance, and pricing. The document also outlines evaluation criteria focusing on technical competency, personnel qualifications, and administrative capabilities. Emphasis is placed on submitting verifiable past performance examples relevant to the requirements, and on providing detailed pricing content, including fully burdened labor rates. Overall, the purpose of the addendum is to guide offerors in the proposal preparation process, ensuring compliance with requirements and enhancing the evaluation and selection process for government contracts. The structured approach emphasizes clarity, organization, and due diligence in proposal submissions.
Apr 16, 2025, 8:06 PM UTC
This addendum to FAR 52.212-1 provides detailed instructions for preparing proposals related to government solicitations for commercial items. Offerors must adhere to specific formatting and content requirements to avoid rejection. Key proposal elements include a CAGE Code, payment terms, contact information, and expiration date, with proposals valid for at least 90 days. Electronic submissions should be in searchable formats, and offerors must define ground rules and assumptions while identifying any exceptions to solicitation requirements with clear rationale. Mandatory components include a cover letter, a contractor responsibility statement, and detailed technical and pricing sections. The technical content must demonstrate the offeror's approach to fulfilling the requirements comprehensively, focusing on technical competency and personnel qualifications. Past performance examples showcasing relevant experience in government-related engineering services are also required. In pricing, offerors must present fully burdened labor rates for specified roles over the contract's duration. The guidance emphasizes clarity, completeness, and compliance with the solicitation terms to ensure effective evaluation and successful award.
Apr 16, 2025, 8:06 PM UTC
The document outlines the evaluation and award process for a government contract related to commercial products and services in support of the Air Force. The government aims to select the responsible offeror whose proposal best meets the solicitation requirements, prioritizing technical factors over price. Key evaluation criteria include technical competency, personnel qualifications, past performance, and price reasonableness. Proposals must demonstrate a thorough understanding of the requirements and effective planning to mitigate risks of unsuccessful performance. The technical evaluation will assess various competencies with a structured rating system, categorizing submissions from "Outstanding" to "Unacceptable." Past performance evaluations consider the relevance and quality of an offeror’s previous projects to establish a confidence rating. The offerors are advised to ensure complete and balanced pricing submissions. Proposals must be submitted by April 13, 2025, and include a comprehensive set of attachments for reference. Contact information for the contracting officer and specialist is provided for queries related to the solicitation.
Mar 20, 2025, 2:07 PM UTC
The document outlines the evaluation criteria and award basis for a government contract solicitation under FAR 52.212-2, focusing on commercial products and services for the Air Force. The contract will be awarded to the offeror whose proposal, meeting all requirements and evaluation factors, provides the best value, considering both price and technical factors. Key evaluation criteria include technical competency in industrial processes and facility engineering, personnel qualifications, and past performance. Proposals will be assessed through a structured rating approach, emphasizing the importance of technical factors over price. Offerors must demonstrate a comprehensive understanding of project requirements without simply restating them. Additionally, price evaluations will consider reasonableness, balance, competitiveness, and completeness, with the total evaluated price factoring into the best value determination. The document includes specific submission instructions, deadlines, and contact information for the contracting officer and specialist. Overall, the solicitation emphasizes the need for detailed, compliant proposals that illustrate the offeror's capability and past relevant experience to ensure successful contract performance.
Apr 16, 2025, 5:06 PM UTC
The document outlines a Total Evaluated Price Worksheet for Engineering Support Services under Solicitation FA822425R0001. It details a performance-based contract where contractors can propose various labor categories to fulfill the project requirements. The estimated labor categories include Process/Industrial Engineer, Facilities Engineer, Technical Insertion Engineer, and Engineering Technician III, with specified headcounts and yearly hours for both the base year and option years. The contract stipulates applicable wage standards and evaluation clauses that must be adhered to, ensuring fair compensation for professional employees. The total evaluated price will be established for each year of the contract, which starts on June 9, 2025. Various pricing tables are provided for the base year and three subsequent option years, with a focus on supporting different labor roles necessary for the project's success. Overall, the document serves as a guideline for bidders to accurately propose their pricing and resource allocation to meet governmental expectations for engineering support services, promoting efficiency and compliance with industry standards.
Apr 16, 2025, 7:05 PM UTC
The document outlines the Total Evaluated Price Worksheet for a government contract solicitation FA822425R0001 regarding Engineering Support Services. It specifies that the contract is performance-based, with contractors permitted to propose various labor categories as needed. The estimated labor categories include Process/Industrial Engineer, Facilities Engineer, Technical Insertion Engineer, and Engineering Technician III, along with their headcounts and yearly hours based on historical data. The pricing is detailed for the Base Year and three Option Years, requiring contractors to fill in direct hourly rates, fringe benefits, and fully burdened hourly rates. Applicable labor standards and evaluation clauses are referenced to ensure compliance with wage determinations. The Total Evaluated Price is essential for proposal evaluation, and the contract is anticipated to commence on June 9, 2025. The document emphasizes the importance of adherence to service contract labor standards in evaluating compensation for professional employees and overall pricing strategy for the contract.
Apr 16, 2025, 8:06 PM UTC
The Total Evaluated Price Worksheet outlines the requirements for submitting bids in response to Solicitation FA822425R0001 for Engineering Support Services. It emphasizes that this is a performance-based contract with estimated labor categories, headcounts, and hours based on historical data. The document highlights the applicable labor standards and clauses for various engineering positions, including Process/Industrial Engineer, Facilities Engineer, Technical Insertion Engineer, and Engineering Technician III. Bidders must provide detailed pricing for each labor category over multiple years, including direct hourly rates, indirect costs, and total costs. Each option year continues the initial requirements with adjustments in headcount, specifically for Engineering Technician III positions. The worksheet ultimately allows for a calculated total evaluated price based on the submitted bids, which will be used for evaluation purposes. The contract is projected to commence on June 9, 2025. This document serves as a comprehensive guideline for contractors to formulate their proposals for federal engineering support contracts while ensuring compliance with wage and labor regulations.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Davis-Monthan AFB: Base-Wide Painting and CRU Flooring IDIQ
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on base-wide painting and CRU flooring at Davis-Monthan Air Force Base (AFB) in Tucson, Arizona. Contractors are required to provide all necessary resources, including labor, materials, and equipment, to fulfill individual task orders as specified in the Statement of Work dated March 12, 2025. This project, which falls under NAICS code 238320, has a magnitude between $5 million and $10 million and is set aside for 8(a) small businesses, with a size standard of $19 million. Interested parties should note that a site visit is scheduled for April 23, 2025, with proposals due by May 9, 2025. For further inquiries, contact Hans Gabriel at hansyuri.gabriel@us.af.mil or Karl Knott at karl.knott@us.af.mil.
Energy Management and Control Services (EMCS)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Energy Management and Control Services (EMCS) at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement aims to establish a five-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for onsite routine EMCS monitoring and maintenance, IT server maintenance, emergency services, and parts/materials, with a focus on ensuring technical acceptability and competitive pricing. This contract is critical for maintaining operational efficiency and security of facility-related control systems, aligning with federal cybersecurity and operational technology standards. Interested small businesses must submit their quotes by May 21, 2025, and can direct inquiries to Megan Middleton at megan.middleton.5@us.af.mil or Jerry L. Sauder at jerry.sauder.1@us.af.mil.
Davis-Monthan UTZ (MRZR) Parts and Accessories
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of parts and accessories for MRZR tactical vehicles at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement includes essential items such as tires, batteries, solar chargers, and service kits that meet specific performance specifications and compatibility requirements with Polaris MRZRs. These components are critical for maintaining operational readiness and supporting ground missions, as the MRZRs are designed for both ground use and air deployment. Interested vendors must submit their quotes by April 30, 2025, and can direct inquiries to Matthew Hackett at matthew.hackett.1@us.af.mil or Jonathan Turk at jonathan.turk@us.af.mil.
DFAC Attendant
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for Dining Facility Attendant (DFAC) services at the 162nd Wing Arizona Air National Guard Base in Tucson, Arizona. The contract encompasses a base year with four option years, requiring the contractor to provide personnel for food preparation, serving line maintenance, and adherence to sanitation standards in accordance with military regulations. This procurement is vital for ensuring high-quality meal services for Department of Defense personnel during Unit Training Assembly weekends. Interested vendors must submit their proposals by the specified deadline, including a completed Solicitation 1449 and a technical capability statement, to the primary contacts Gregorie Vinueza-Daly and Jordan Vasquez via email. The solicitation reference number is W50S6S25RA002, and a site visit is scheduled for May 13, 2025.
355 MXG - Circuit Cards
Buyer not available
The Department of Defense, specifically the 355th Maintenance Group at Davis-Monthan Air Force Base, is seeking proposals from small businesses for the procurement of circuit cards intended for C-130 landing lights. The solicitation is for three circuit cards, with a firm-fixed price contract being established under a Total Small Business Set-Aside, emphasizing compliance with specific technical requirements and brand name justification. These circuit cards are critical components for the operational functionality of C-130 aircraft, ensuring safety and reliability during landing operations. Interested vendors must submit their quotes by April 28, 2025, and can direct inquiries to Adam Lynn at adam.lynn@us.af.mil or Kody McPherson at kody.mcpherson.1@us.af.mil for further details.
57 MXG Paint Booth Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for maintenance services for the 57 MXG Paint Booth facilities located at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary supervision, personnel, materials, labor, equipment, and transportation to conduct preventive and ongoing maintenance for the paint booths, ensuring they maintain a minimum operational rate of 96%. This maintenance service is critical for the operational integrity of approximately 174 aircraft and supports various essential operations across multiple maintenance facilities. Proposals are due by April 30, 2025, at 10:00 AM Pacific Time, and interested vendors should direct inquiries to Lisa Hallberg at lisa.hallberg.1@us.af.mil.
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.
Remanufacture of B-1 Cylinder Assemblies (Bungees)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (bungees) under a total small business set-aside contract. The objective of this procurement is to restore these assemblies to a like-new condition, ensuring compliance with stringent quality assurance standards and safety regulations. This contract is critical for maintaining the operational readiness of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by April 28, 2025, and can reach out to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at Jacqueline.West@us.af.mil for further information.
MABSM implementation and sustainment effort at Hill AFB OO-ALC, Warner Robins AFB WR-ALC, and Tinker AFB OC-ALC
Buyer not available
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.
Tank T1617 Repair and Tank 3535 Examination
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Tank T1617 and the examination of Tank T3535 at Shaw Air Force Base, South Carolina. The project involves cleaning, coating, and repairing the interior and exterior of Tank T1617, a 250,000-gallon deluge water storage tank, while Tank T3535, a 200,000-gallon water storage tank, will undergo an assessment of its interior and exterior. This procurement is crucial for maintaining the operational readiness and safety of water storage facilities, with a contract value estimated between $250,000 and $500,000. Interested parties, particularly those certified as Women-Owned Small Businesses, must submit their electronic bids by May 28, 2025, with a site visit scheduled for April 22, 2025, and all inquiries directed to Darrel Ford at darrel.ford.3@us.af.mil.