AMARG Engineering Support Services
ID: FA822425R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8224 OL H PZI 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
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the AMARG Engineering Support Services contract to provide essential engineering support for the 309 Aerospace Maintenance and Regeneration Group (AMARG) at Davis-Monthan Air Force Base in Tucson, Arizona. The contract aims to assist with aerospace storage, preservation, aircraft parts reclamation, aircraft regeneration, depot-level maintenance overflow, and aircraft disposal, requiring contractors to employ qualified engineering professionals with expertise in process and facility engineering standards. This opportunity is particularly significant as it supports the maintenance and readiness of military aircraft, ensuring operational efficiency and safety. Interested small businesses must submit their proposals by the specified deadlines, with the contract valued at approximately $25.5 million, including a one-year base period and three one-year options for extension. For further inquiries, potential offerors can contact Willie Little at willie.little@us.af.mil or Devin Laughter at devin.laughter@us.af.mil.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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 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 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.
    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.
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Vehicle Barrier Maintenance and Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Vehicle Barrier Maintenance and Repair services at Luke Air Force Base in Arizona. The contract encompasses non-personal services aimed at ensuring the operational readiness of vehicle barriers through preventive maintenance, inspections, and minor repairs, with a performance period extending from April 1, 2025, to March 31, 2030, including a base year and four option years. This procurement is crucial for maintaining security infrastructure at military installations, and the total award amount is estimated at $34 million. Interested contractors, particularly small businesses, must submit their proposals, including a technical package and past performance documentation, by the specified deadlines, with inquiries directed to Velma Wynn or Jacqueline Aranda via email.
    T-7 Operational Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide follow-on operational support for two T-7A Engineering and Manufacturing Development (EMD) aircraft at Edwards Air Force Base (EAFB). The primary objectives include comprehensive maintenance support, supply chain logistics management, and ensuring readiness for operational testing and certification over an 18-month period. This opportunity is crucial for maintaining the operational capabilities of the T-7A aircraft, which are essential for military training and operations. Interested firms must respond within 30 days and are encouraged to register in the System for Award Management (SAM) database to be considered for future contracts. For further inquiries, potential contractors can contact Matthew North at matthew.north@us.af.mil or Elijah A. Welenc at elijah.welenc@us.af.mil.
    FA822025RB004 F-4 Repair and Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and overhaul of F-4 aircraft components under contract number FA822025RB004. This procurement aims to support Foreign Military Sales (FMS) countries by ensuring the maintenance and operational readiness of critical military assets through comprehensive repair services, including teardown, testing, evaluation, and acceptance of various components. The contract emphasizes compliance with federal acquisition regulations and includes specific requirements for Technical Data Packages (TDPs) and performance evaluations. Interested contractors must acknowledge receipt of amendments and submit their proposals by the extended deadline of March 21, 2025, at 1400 MST. For further inquiries, potential bidders can contact Danielle Stiff at danielle.stiff.1@us.af.mil or call 1-801-777-8416.
    Chem Water Controller Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the Chem Water Controller Repairs at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement involves the removal and replacement of existing water treatment controls and bleeders at four facilities, with a focus on adhering to safety, environmental, and operational regulations as outlined in the Performance Work Statement. This project is crucial for maintaining the operational efficiency and safety of the base's water treatment infrastructure. Interested small businesses must submit their quotes by March 26, 2025, and can direct inquiries to Elisa Montoya at elisa.montoya@us.af.mil or Erick Ramirez Millan at erick.ramirezmillan@us.af.mil.
    T-7A Depot Maintenance Complex (DMC) Maintenance Hangar ? Hill AFB, UT (DB)
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a Depot Maintenance Complex (DMC) Maintenance Hangar at Hill Air Force Base, Utah. This project falls under the NAICS code 236210, focusing on industrial building construction, specifically for maintenance buildings. The hangar is crucial for supporting the maintenance and operational readiness of military aircraft, ensuring that they are serviced efficiently and effectively. Interested contractors can reach out to Gilbert Coyle at gilbert.coyle@usace.army.mil or by phone at 961-557-6986, or Michelle Spence at michelle.a.spence@usace.army.mil or 916-577-7900 for further details regarding the solicitation process.
    CDDAR Trailer
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of a Crash, Damaged, and Disabled Aircraft Recovery (CDDAR) Trailer intended for use by the 56th Maintenance Group at Luke Air Force Base in Arizona. The trailer must meet specific operational requirements, including minimum dimensions, structural integrity, and safety features, such as all-terrain capabilities and robust storage solutions. This procurement is critical for enhancing the operational efficiency and safety of military personnel during aircraft recovery operations. Interested small businesses are encouraged to submit their proposals, with the solicitation details available through primary contact Keoni Quanico at keoni.quanico@us.af.mil or 623-856-2726, and secondary contact SSgt Zachary Farel at zachary.farel@us.af.mil or 623-856-2741. The solicitation is set aside for small businesses, emphasizing compliance with federal regulations and specific delivery and inspection criteria.
    QF-16 Sustainment Engineering and Logistics Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential contractors to provide QF-16 Sustainment Engineering and Logistics Services. This opportunity involves sustaining engineering and logistics support for approximately 90 QF-16 aircraft over the next decade, focusing on managing Drone Peculiar Equipment (DPE) repairs, obsolescence management, engineering support, and contractor logistics support. The services are critical for maintaining operational readiness and addressing technical challenges in the absence of existing technical data. Interested parties must submit their responses by March 18, 2025, adhering to a specified format and avoiding proprietary or classified information. For further inquiries, contact Benjamin Price at benjamin.price.12@us.af.mil or 385-252-7877, or Yvonda Benson at yvonda.benson@us.af.mil.
    Solicitation for HAFB Lektrievers/ VLM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for maintenance and repair services for Lektriever Carousel and Vertical Lift Modules (VLMs) at Hill Air Force Base in Utah. The procurement aims to secure preventative maintenance, inspection, repair, relocation, and disposal services, ensuring operational efficiency and compliance with safety standards. This contract is particularly significant as it supports the maintenance of critical equipment used in various military operations, with a total budget of $12,500,000 allocated for the project. Interested small businesses are encouraged to submit their proposals electronically through PIEE by the specified deadline, with inquiries directed to Kyle McDermott at kyle.mcdermott.1@us.af.mil or Shelly Bachison at shelly.bachison@us.af.mil.
    Cannon AFB - Melrose Air Force Support Contract
    Buyer not available
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is soliciting proposals for the Melrose Air Force Range Operations, Maintenance, and Support Services contract, with an estimated value between $100 million and $250 million. The contractor will be responsible for providing comprehensive support across various operational areas, including facility maintenance, aerial gunnery, electronic warfare, and paramedic services, ensuring the range meets the training and readiness requirements of the Air Force Special Operations Command. This contract is a Total Small Business Set-Aside, with a performance period consisting of an initial five-year base period followed by up to five one-year incentive option periods. Interested vendors must register in the System for Award Management (SAM) and submit their proposals by April 11, 2025, with inquiries directed to Patricia Thatcher at patricia.thatcher@us.af.mil or Michael Boyd at michael.boyd.9@us.af.mil.
    FA8604, MQ9 Fuselage and Wings/Tails Trailer Paint Services
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals for painting services related to the fuselage and wings/tails of MQ9 trailers, under solicitation number FA8604-25-R-B012. The contract will involve the application of coatings to various aluminum and steel parts, adhering to military standards such as MIL-C-5541 and MIL-PRF-23377, with a focus on ensuring quality and durability against corrosion and wear. This procurement is critical for maintaining the operational readiness of Air Force ground support equipment, emphasizing the importance of robust supply chains in defense capabilities. Interested small businesses must submit their proposals by 3:00 PM EST on March 20, 2025, via email to Emily A. Gomez and Andrew Petersen, with further details available in the attached documents.