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
  1. 1
    Posted Feb 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 2, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Engineer District in Louisville, is seeking proposals for warehousing and shipping support services at Wright-Patterson Air Force Base in Dayton, Ohio. The primary objective is to establish a Special Warfare Distribution Center (SWDC) that will provide logistics services, including inventory management, equipment handling, and shipping for various Air Force Command programs. This contract is crucial for maintaining high accountability of government-owned equipment and ensuring military readiness, with a contract period of five years. Interested contractors must submit their proposals electronically by April 2, 2025, at 4:00 PM EST, and 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
Apr 1, 2025, 1:05 PM UTC
The document provides an extensive inventory list of various tactical equipment and supplies for different career fields within the military, specifically focusing on the Active National Guard (ANG) and Tactical Air Control Party (TACP). Each entry details the part numbers, item descriptions, attributes including stock quantities and prices, and the manufacturers. Most items are listed as "Not Active," indicating they may no longer be in circulation or available for orders, while select items have been marked as "Active," with quantities specified. The inventory includes tactical gear such as backpacks, tools, sleeping systems, GPS devices, and personal items like gloves and footwear. The list serves to highlight the current availability and status of equipment, which is critical in supporting military operations and ensuring troops are properly outfitted. This document is set in the context of government requests for proposals (RFPs), grants, and local procurement processes, indicating its relevance in resource allocation and financial planning for military needs. By understanding which items are available or obsolete, supply chain managers can make informed decisions to meet operational demands efficiently.
Apr 1, 2025, 1:05 PM UTC
The document lists various units of the Air National Guard (ANG) across multiple states and operational locations, focusing on their career fields primarily related to Guardian Angel and Tactical Air Control Party (TACP) roles. It includes specific bases and cities, highlighting notable units such as the 103 RQS in New York and the 720th Special Tactics Group in Florida. The emphasis is on the distribution of specialized operational groups that provide tactical and rescue capabilities within the ANG structure. This organizational outline reflects the military's need for a robust, regionally distributed operational presence to effectively respond to various missions and emergencies. The compilation of units serves as a reference for federal RFPs and grants associated with ANG's operational support and training requirements, ensuring that each group is appropriately equipped and supported.
Apr 1, 2025, 1:05 PM UTC
The document presents an amendment to solicitation W912QR25R0050, concerning warehousing services at Wright Patterson Air Force Base, Ohio. Key changes include revisions to evaluation criteria, the replacement of the Performance Work Statement in its entirety, and updates to the Price Breakout Schedule. Significant FAR clauses related to equal opportunity compliance and sustainability have been removed or replaced in line with recent class deviations intended to restore merit-based opportunities in federal contracts. The main objective is to select a contractor for warehousing and shipping support, assessed on a Best Value Trade-Off process. Proposals will be evaluated based on past performance and a management plan, with a focus on inventory management and warehousing of various items, including hazardous materials. The proposal submission must be electronic, adhering to strict guidelines regarding format and documentation. The contractor is expected to manage logistics efficiently while complying with security and operational requirements stipulated in the Performance Work Statement. This amendment emphasizes the need for detailed and transparent proposals to ensure effective evaluation and award processes for federal contracting. Enhancements in management practices and adherence to security protocols are crucial for project success, highlighting the government's commitment to maintaining operational readiness and mission availability within Air Force logistics.
Apr 1, 2025, 1:05 PM UTC
The document outlines Amendment 0002 to solicitation W912QR25R0050, which pertains to Warehousing and Shipping Support Services for the U.S. Army Engineer District in Dayton, OH. The amendment includes revisions to the Performance Work Statement, particularly in personnel qualifications and a phase-in transition plan. The due date for proposals has been extended to April 2, 2025, at 4:00 PM EST. The contract's objective is to establish a Special Warfare Distribution Center (SWDC) supporting various Air Force Command programs with logistics services, including inventory management, equipment handling, and shipping. The contract period is set for five years, with services focused on maintaining high accountability of government-owned equipment. The security requirements emphasize compliance with DoD cybersecurity policies and operations security protocols. Key roles for the contractor include program management and on-site staff for effective warehouse operations. Additionally, the amendment highlights travel requirements and the importance of minimizing disruptions during contract transitions. Overall, the document emphasizes the contractor's obligations for performance standards, security, and logistical efficiency to support military readiness.
Apr 1, 2025, 1:05 PM UTC
The document is an amendment to the solicitation W912QR25R0050 issued by the U.S. Army Engineer District, Louisville, for warehousing and shipping support services in Dayton, OH. Key changes include the incorporation of new attachments related to lease agreements and updates to the Price Breakout Schedule, which outlines cost estimates for various services and management of pallet positions. The proposal due date remains April 2, 2025, requiring acknowledgment of all amendments by that time. The lease agreement section details obligations between Citywide/Wenco Associates and IAP Worldwide Services regarding a leased property, specifying terms of use, rent schedules, and maintenance responsibilities. It includes provisions for alterations, legal compliance, insurance, and conditions under which either party may terminate the lease. Overall, the document underscores administrative changes, contractor obligations, and legal stipulations necessary for compliance and operational efficiency within the context of federal procurement processes.
Apr 1, 2025, 1:05 PM UTC
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
Wright Patterson Airforce Base (WPAFB) Professional and Administrative Services
Buyer not available
The Department of Defense, through the Washington Headquarters Services, is seeking industry input for Professional and Administrative Services at Wright Patterson Air Force Base (WPAFB) in Arlington, Virginia. This Request for Information (RFI) aims to gather insights on meeting specific objectives related to student support services, IT and computer support, facilities management, visual information services, technical and programming support, and executive administration, all of which are crucial for enhancing the operational efficiency of the Defense Security Cooperation University (DSCU). The government emphasizes the need for skilled personnel capable of delivering high-quality services while adhering to Department of Defense standards. Interested parties should direct their responses and inquiries to Lamont Joy at darrell.l.joy2.civ@mail.mil or Courtney Applewhite at courtney.s.applewhite.civ@mail.mil, with a focus on providing detailed feedback to inform the upcoming Request for Proposal (RFP).
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 a Storage Aid System at Hurlburt Air Force Base in Florida. This procurement involves the design, fabrication, installation, and testing of a system that meets specific performance requirements, with a total of nine line items outlined in the solicitation. The project is critical for enhancing material handling capabilities at the base and is set aside exclusively for small businesses under NAICS code 333922. Proposals must be submitted by 4:00 PM EDT on April 25, 2025, with all inquiries directed to Andrew Petersen at andrew.petersen.3@us.af.mil. Interested parties are required to register for the solicitation and submit proposals through the Procurement Integrated Enterprise Environment (PIEE) platform.
Industry Day - 711th HPW Mission Support Services Follow On
Buyer not available
The Department of Defense, through the Air Force Materiel Command, is hosting an Industry Day for the 711th Human Performance Wing (HPW) to discuss upcoming mission support services opportunities at Wright-Patterson Air Force Base in Ohio. The event aims to engage contractors in dialogue about the scope of required services, which include medical, IT, administrative, and technical support, while also outlining mandatory qualifications and the task order process for proposals. This initiative is crucial for fostering collaboration between the government and industry to effectively meet mission objectives, with an anticipated Request for Proposal (RFP) issuance in the third quarter of 2025 and contract awards expected by January 2026. Interested parties can reach out to Jessica Briggs at jessica.briggs@us.af.mil for further information and are encouraged to visit THS.gov for RFP documents.
LRS Packing, Containerization and Local Drayage
Buyer not available
The Department of Defense, specifically the 42nd Logistics Readiness Squadron at Maxwell Air Force Base in Alabama, is seeking proposals for a Packing and Crating Contract to facilitate the relocation and deployment of household goods and mission-essential items for Airmen and their families. This contract is critical for maintaining operational readiness, ensuring timely access to personal belongings and equipment, which directly impacts the morale and effectiveness of Airmen. The solicitation is set aside for small businesses, with a base performance period from May to October 2025 and optional extensions through April 2027. Interested parties must submit their proposals by April 11, 2025, and can contact Jordan Johnson at jordan.johnson.49@us.af.mil or Jeremy B. Kersey at jeremy.kersey.1@us.af.mil for further information.
Kirtland Air Force Base (KAFB) Base Supply
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for base supply services at Kirtland Air Force Base (KAFB). The contractor will be responsible for providing comprehensive supply chain management services, including inventory tracking, order management, and equipment accountability, primarily at KAFB and off-site locations throughout New Mexico. This procurement is categorized as an 8(a) set-aside under NAICS code 561210, with a contract anticipated to be awarded as a firm-fixed price for one base year and four option years. Interested offerors must submit their proposals by 3:00 p.m. MDT on April 18, 2025, and are encouraged to direct any questions to the primary contact, Winter Silva, at winter.silva.1@us.af.mil or 505-853-8094.
Draft Solicitation - Spangdahlem Local Drayage
Buyer not available
The Department of Defense, specifically the 52nd Fighter Wing of the Air Force, is seeking feedback on a draft solicitation for local drayage services at Spangdahlem Air Base in Germany. The procurement requires contractors to manage all aspects of logistics for government-owned furnishings, including personnel, equipment, transportation, and supervision, ensuring compliance with specified timelines and quality standards. This opportunity is particularly significant as it promotes participation from women-owned, economically disadvantaged, and service-disabled veteran-owned businesses, thereby fostering diversity in federal contracting. Interested parties must submit their feedback on the draft documents by 12:00 CEST on April 16, 2025, and can direct inquiries to Camille Bowen or Angelo Minisini via the provided contact information.
FA8604 Skid Steel Fabrication F-15 at WPAFB, OH MMHS
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking proposals for the fabrication of steel structural materials for F-15 wing skid assemblies at Wright-Patterson Air Force Base (WPAFB), Ohio. The procurement involves cutting and machining steel parts as detailed in the Performance Work Statement and associated technical documents, with a total of twelve skid assemblies required for the base year and options for three additional years. This initiative aims to enhance operational efficiency by outsourcing fabrication tasks, thereby allowing the Air Force to focus on in-house prototype work. Interested small businesses must submit their proposals electronically by 3:00 PM Eastern Daylight Time on April 14, 2025, to the designated contacts, Samantha Ekberg and Andrew Petersen, with adherence to specified submission guidelines and compliance with federal acquisition regulations.
eCommerce Doorstep Delivery Service
Buyer not available
The Department of Defense, through the Defense Commissary Agency (DeCA), is soliciting proposals for an eCommerce Doorstep Delivery Service aimed at enhancing delivery capabilities for military personnel and their families. The contract will cover a base year and several option years, with services expected to comply with federal regulations and address operational requirements such as delivery notifications and customer service standards. This initiative is crucial for improving the efficiency of supply chain operations within military installations across the United States. Interested contractors must submit their proposals by April 9, 2025, and can direct inquiries to Ronald Mosley at ronald.mosley@deca.mil or Kristine Castelow at Kristine.castelow@deca.mil for further information.
Integrated Solid Waste Management (ISWM) (Service) FE Warren AFB, WY Amendment 03
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors for Integrated Solid Waste Management (ISWM) services at F.E. Warren Air Force Base (AFB) in Wyoming. The contractor will be responsible for providing all necessary personnel, equipment, and materials for the collection and management of municipal solid waste, adhering to local, state, and federal regulations, as outlined in the Performance Work Statement (PWS). This procurement is crucial for maintaining operational efficiency and environmental standards at the base, with a contract value estimated at $47 million over a five-year period, contingent upon funding availability. Interested parties, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their proposals by 11:00 am MT on April 10, 2025, to the designated contacts, Megan Evans and Liezel McIntyre, via email.
Construct Fire Base - Youngstown ARS, OH
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the construction of a new Base Fire Station at Youngstown Air Reserve Station in Vienna, Ohio. This Design-Bid-Build project involves the construction of a 24,500 square-foot facility, which will include essential features such as drive-through bays for firefighting vehicles, dormitory space for personnel, and necessary support infrastructure, alongside the demolition of the existing fire station. The project is critical for enhancing firefighting capabilities at military installations and ensuring compliance with federal safety and operational standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals electronically by April 29, 2025, with a site visit scheduled for April 10, 2025. For further inquiries, bidders can contact Karla Wright at KARLA.B.WRIGHT@USACE.ARMY.MIL or Meranda Booth at meranda.r.booth@usace.army.mil.