WPAFB Warehousing and Shipping Support in Dayton, OH.
ID: W912QR25R0050Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

General Warehousing and Storage (493110)

PSC

OPERATION OF OTHER WAREHOUSE BUILDINGS (M1GZ)

Set Aside

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

    The Department of Defense, through the Department of the Army, is seeking proposals for warehousing and shipping support at the Special Warfare Distribution Center located at Wright-Patterson Air Force Base in Dayton, Ohio. The contractor will be responsible for managing inventory, receiving, storing, and shipping approximately 155,000 items, with a strong emphasis on compliance with International Traffic in Arms Regulations (ITAR) and the handling of hazardous materials. This procurement is critical for ensuring effective logistical support and operational continuity for military operations. Proposals must be submitted electronically by 11:00 AM on April 1, 2025, with a mandatory site visit scheduled for March 18, 2025. Interested parties can contact Brandon Gatz at brandon.h.gatz@usace.army.mil or Patrick Duggins at PATRICK.J.DUGGINS@USACE.ARMY.MIL for further information.

    Files
    Title
    Posted
    The solicitation W912QR25R0050 outlines a request for proposals (RFP) for a contractor to provide warehousing and shipping support for the Special Warfare Distribution Center at Wright-Patterson Airforce Base, Ohio. The RFP emphasizes the necessity for electronic proposal submissions through the Procurement Integrated Enterprise Environment (PIEE) and specifies the deadline for proposals as 11:00 AM on April 1, 2025. Key requirements include inventory management, receiving, storage, and shipping of approximately 155,000 items, with particular emphasis on compliance with International Traffic in Arms Regulations (ITAR) and handling hazardous materials. The government seeks a contractor that demonstrates a solid past performance in similar projects and has a comprehensive management plan for effective operational continuity and rapid response to logistical challenges. Proposals will be evaluated using a Best Value Trade-Off process focusing on past performance, management strategies, and price. Additionally, a mandatory site visit is scheduled for March 18, 2025, to familiarize interested bidders with the operational context of the project. The document details evaluation criteria and submission guidelines to ensure compliance and facilitate a competitive bidding process, highlighting the importance of clarity, adherence to specifications, and effective project management.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    WPAFB Warehousing and Shipping Support located at Wright Patterson Airforce Base, OH.
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified vendors to provide warehousing and shipping support services at Wright Patterson Air Force Base in Ohio. This procurement is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for the contract, which falls under the General Warehousing and Storage industry (NAICS code 493110). The services are critical for the efficient operation of military logistics and supply chain management. Interested parties should reach out to Brandon Gatz at brandon.h.gatz@usace.army.mil or call 502-315-6571, or contact Patrick Duggins at PATRICK.J.DUGGINS@USACE.ARMY.MIL or 502-315-6597 for further details.
    Off Base Lease (OBL-2): Wright-Patterson Air Force Base, Ohio
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build project at Wright-Patterson Air Force Base in Kettering, Ohio, under the Off Base Lease (OBL-2) initiative. This procurement is aimed at military construction and maintenance tasks, with a contract value estimated between $500,000 and $1,000,000, and proposals are due by March 13, 2025. The project emphasizes compliance with federal labor laws, including the Davis-Bacon Act, and requires contractors to maintain accurate as-built drawings and participate in inspections. Interested contractors should contact Megan Murphy at megan.r.murphy@usace.army.mil for further details and are encouraged to attend a site visit scheduled for February 26, 2025, with an RSVP deadline of February 24, 2025.
    Renovation of WPAFB Laboratory Space - Dayton, OH
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a federal contract for the renovation of laboratory space at Wright-Patterson Air Force Base in Dayton, Ohio. The project entails a Design-Bid-Build reconfiguration of an existing high-bay facility, which includes constructing three additional elevated floors and renovating 9,666 square feet of existing space to create secure laboratory environments for modeling, simulation, and analysis, as well as control and network operations rooms. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must respond by December 6, 2024, with documentation of their qualifications and relevant past experience, as the estimated contract value ranges between $10 million and $25 million. For further inquiries, interested parties can contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil.
    Logistics Readiness Squadron Support 811111
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry input for Logistics Readiness Squadron Capabilities (LRS-C) services, with the aim of establishing a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative is designed to enhance logistical support across various Air Force bases, covering essential services such as materiel management, traffic and vehicle management, fuels management, and transportation services, with a total performance period of up to six years. The procurement is critical for ensuring operational readiness and efficient logistics management across the Air Force's operational footprint. Interested vendors must submit their responses by March 3, 2025, to the designated contacts, Katelyn N. Timmermann and Lisa Pendragon, whose emails are katelyn.timmermann@us.af.mil and lisa.pendragon@us.af.mil, respectively.
    Workstations
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the procurement of 10 rolling tool chest workstations through solicitation W912GY-25-Q-0014. These workstations must adhere to specific construction materials, dimensions, storage capacities, and security features, ensuring compliance with safety and security regulations. The workstations are crucial for maintaining organized and secure tool storage in military operations. Interested bidders must submit their quotes electronically via the System for Award Management (SAM) by 1:00 PM EDT on March 26, 2025. For further inquiries, potential bidders can contact Rory Thelen at rory.g.thelen.civ@army.mil or by phone at 571-588-9266.
    PKB Kardex Shelving and Hi-Density Spacesaving Systems Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for maintenance services related to PKB Kardex Shelving and Hi-Density Spacesaving Systems at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing personnel, tools, and supplies to perform routine inspections, emergency repairs, and maintenance services, ensuring the systems' proper functionality, with a response time for emergency repairs set at 72 hours. This procurement is crucial for maintaining operational efficiency and security within military operations, as the systems are integral to the storage and management of sensitive materials. Interested vendors should contact Brandon Bartlett at brandon.bartlett.2@us.af.mil or Patrick Enriquez at patrick.enriquez.4@us.af.mil for further details, with the contract expected to commence on February 5, 2025, and run through September 30, 2030, including options for extension.
    S&RTS Ports of Southern California (SOCAL)
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at military ports in Southern California, specifically at Naval Base Ventura County, Port Hueneme, San Diego, and Naval Air Station North Island. The contract, identified as HTC71125RR003, will cover a performance period from May 1, 2025, to April 30, 2030, and aims to ensure efficient handling of military cargo, including containers, vehicles, and aircraft, while adhering to best commercial practices and strict safety regulations. This procurement is critical for maintaining operational logistics support for military operations, emphasizing compliance with federal standards and the inclusion of small businesses, particularly service-disabled veteran-owned and women-owned enterprises. Interested contractors must submit their proposals by March 10, 2025, and can direct inquiries to Anthony J. Laudano at anthony.j.laudano.civ@mail.mil or Neil Huegen at neil.c.huegen.civ@mail.mil.
    API Fuel Tank Inspection - Wright Patterson, AFB
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses for the API Fuel Tank Inspection project at Wright Patterson Air Force Base in Ohio. The procurement involves comprehensive inspection services for fuel tanks, including the removal and disposal of remaining fuel, cleaning, and conducting internal inspections in accordance with API 653 and NFPA standards. This initiative is critical for ensuring the structural integrity and compliance of fuel storage facilities, thereby safeguarding environmental and operational safety. Interested contractors must submit their proposals by November 5, 2024, at 2:00 PM CDT, and can direct inquiries to Charles Thirsk at Charles.Thirsk@usace.army.mil or Jae Chang at jae.chang@usace.army.mil.
    Port of Gulfport S&RTS
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Stevedoring and Related Terminal Services (S&RTS) at the Port of Gulfport, Mississippi, from June 1, 2025, to May 31, 2030, with an option for a six-month extension. Contractors will be responsible for loading and unloading military cargo, managing terminal operations, and ensuring compliance with safety and security protocols, while adhering to various federal regulations and guidelines. This contract is crucial for supporting U.S. military logistics and operational readiness, emphasizing opportunities for small businesses and service-disabled veteran-owned enterprises. Interested parties should contact Casey D. Schuette at casey.d.schuette.civ@mail.mil or Douglas Otten at douglas.d.otten.civ@mail.mil, with proposals due by March 17, 2025.
    Outbound Cargo Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide outbound cargo services at Hurlburt Field, Florida. The procurement aims to secure non-personal services, including packing, preservation, and transportation of various cargo types, under the guidance of the Transportation Officer. These services are critical for ensuring the efficient movement of general, special, and high-priority cargo, including hazardous materials, while adhering to military and commercial transportation standards. Interested parties must submit a statement of interest, including company details and relevant experience, by 2:00 PM (Central Standard Time) on September 16, 2024, to the primary contacts, Margaret Peerman and Amy Jenkins, via their provided email addresses.