Langley Contractor Operated CE Supply Store (COCESS)
ID: FA480025Q0010Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4800 633 CONS PKPLANGLEY AFB, VA, 23665, USA

PSC

SETS, KITS, AND OUTFITS OF HAND TOOLS (5180)

Set Aside

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

    The Department of Defense, specifically the 633d Contracting Squadron at Joint Base Langley-Eustis, Virginia, is seeking small business vendors to provide a Contractor Operated Civil Engineer Supply Store (COCESS) at Langley Air Force Base. The contractor will be responsible for the operation and management of the COCESS, which includes sourcing, purchasing, stocking, and delivering construction and facility maintenance materials to meet the base's Civil Engineer requirements, while adhering to specific regulations and utilizing the NexGen IT system for inventory management. This procurement is a 100% small business set-aside, with a Firm-Fixed-Price contract anticipated for one base year and four option years, and interested parties must submit their responses, including company information and capability statements, by November 17, 2025, to the primary contact, Vanity Wright, at vanity.wright@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) for the Langley Contractor Operated Civil Engineer Supply Store (COCESS) at Langley Air Force Base, Virginia, outlines the contractor's responsibilities and operational procedures to supply materials and support for construction and facility maintenance. The contractor is tasked with sourcing, purchasing, receiving, and issuing a variety of supplies and tools essential for Civil Engineer Squadron personnel. Key components of the contract include managing inventory through the NexGen IT system, ensuring fair pricing, and maintaining high customer service standards. The SOW details specific requirements for hazardous materials, procurement processes, delivery schedules, and accurate documentation of sales and inventory. The document emphasizes the importance of compliance with government regulations and procedures, including maintaining a hazardous material tracking system and providing warranties for products sold. The contractor's performance will be evaluated on service delivery, compliance with requirements, and the ability to meet agreed delivery dates. Overall, the SOW serves as a comprehensive guide for the contractor's operations at COCESS, ensuring efficient and regulated support of Air Force missions.
    The document presents a comprehensive list of high-use items between July 2015 and July 2018, detailing quantities sold for various maintenance and repair supplies essential for government operations. It includes products such as fluorescent lighting, batteries, gloves, cleaning supplies, and plumbing components, identifying manufacturers and part numbers for each item. The data is structured primarily in a table format, with a focus on the unit of measure and total sales for each product. This information serves as a critical resource for stakeholders involved in federal, state, and local government procurement, aiding in the assessment of supply needs and budgeting for future requests for proposals (RFPs) and grant applications. By analyzing demand patterns for specific items, government departments can streamline purchasing processes, ensure the availability of essential materials, and enhance overall operational efficiency. The emphasis on historically high-use items also guides strategic decision-making regarding inventory management and supplier relationships.
    This document outlines a proposal for the procurement of various building supplies, plumbing materials, HVAC components, electrical items, and hardware for federal, state, and local government projects. It categorizes items based on their type and percentage of total inventory, showcasing detailed descriptions and corresponding manufacturer part numbers. The total number of items listed is 269, with costs indicated for various items but showing significant variations in availability and pricing across different suppliers. Key categories include Building Supplies (48% of total items), Plumbing (13%), HVAC (4%), Electrical (44%), and Hardware (13%). Each category has a list of specific products, manufacturers, and prices attained from Grainger and MSC Direct databases. The summary emphasizes procurement strategies that aim for cost effectiveness while ensuring compliance with federal regulations. The main purpose of this document is to facilitate government procurement processes by providing transparent pricing and availability of necessary goods relevant to infrastructure projects, thus ensuring effective management of resource allocation for various governmental needs.
    The Contract Deliverables List (CDL) outlines the requirements and timeline for various deliverables related to a federal contract. It includes a range of obligations, such as submission of lists and reports related to store stock items, personnel management, emergency response, and environmental training. Key deliverables like the Supplemental Priced Item List, Initial Store Stock Items List, and On-Site Store Manager Listing are to be submitted within specified time frames following contract award. Monthly and daily reporting on sales and hazardous materials is mandated, with detailed submission guidelines. This document serves as a critical framework for managing contract compliance, ensuring the contractor provides necessary documentation to the Contracting Officer and other stakeholders. The structured format allows for the tracking of deliverables over time, supporting transparent operational oversight and consistency in contractor responsibilities. Overall, the CDL emphasizes the importance of timely submissions and adherence to commissioning regulations, central to effective government contracting processes.
    The Langley AFB COCESS Supplemental Priced Item List outlines a diverse array of building and maintenance supplies intended for official use, categorized under Building Supplies, Electrical, Hardware, Lawn & Garden, and Plumbing. The document details specific items such as drywall screens, tape, tools, batteries, and chemical reagents, along with their manufacturers and part numbers. This list functions as a reference for acquisition, supporting federal procurement processes. It adheres to predetermined standards, ensuring that all supplies meet safety and operational requirements. The organized structure enhances accessibility for procurement officials, facilitating streamlined purchasing in alignment with federal and local guidelines. Overall, the document plays a critical role in procurement transparency and efficiency within government operations.
    The document presents a Pricing Discount Coefficient Table, detailing discount percentages for various categories within federal government contracting. The table specifies a primary database with corresponding discount percentages for categories such as Electrical, Plumbing, HVAC, Lawn & Garden, Hardware, and Building Supplies, most of which hold a 100% discount rate. However, Plumbing displays a discount rate of 57% for the primary database and 55% for the optional alternate category. The offeror is required to complete a new Pricing Discount Coefficient Table if any discount percentages or coefficients are proposed to change. Importantly, it notes that these discount percentages or coefficients will not change for option years. This document serves as a critical reference for bidders, summarizing pricing structures and expectations related to government RFPs and contracts.
    This Statement of Work (SOW) outlines the requirements for a Contractor Operated Civil Engineer Supply Store (COCESS) at Langley Air Force Base, VA. The contractor will manage a storefront to source, purchase, stock, and deliver construction and facility maintenance materials for authorized Government personnel, including support for the U-Fix-It program. Key responsibilities include utilizing the NexGen IT system for inventory, establishing fair and reasonable pricing for pre-priced and non-priced items using online databases and obtaining multiple quotes, managing hazardous materials according to strict regulations, and adhering to specific delivery dates. The SOW also details contractor personnel requirements, security protocols, government-furnished property and services, and a comprehensive performance objective table with thresholds and remedies for various operational aspects.
    The 633d Contracting Squadron is issuing a Firm-Fixed-Price contract solicitation for a Contractor Operated CE Supply Store (COCESS) at Joint Base Langley Air Force Base, designated for small businesses. The contract will span one base year with four potential one-year options and falls under NAICS code 561210, with a small business size standard of $47 million. The Request for Proposal (RFP) is expected to be released around April 21, 2025, with a submission closing date of 30 days later. Offerors must be aware that all solicitation materials will be provided electronically, and it is their responsibility to download the documents from the System for Award Management (SAM) at www.sam.gov. No hard copies will be mailed, and inquiries must be submitted via email to designated contacts. Furthermore, registered status in the SAM database is required for eligibility, and failure to comply with submission guidelines may lead to the rejection of offers. This solicitation aims to foster small business participation in government contracting.
    The Department of the Air Force, specifically the 633d Contracting Squadron, has issued a combined synopsis/solicitation for a Firm-Fixed-Price contract related to the Contractor Operated Civil Engineer Supply Store at Joint Base Langley-Eustis, Virginia. This procurement is exclusively set aside for small businesses, with a planned performance period of one base year plus four optional one-year extensions. The relevant North American Industry Classification System (NAICS) code is 444140, with a small business size standard of $16.5 million. The solicitation number, FA4800-25-Q-0010, will be available electronically on SAM.gov, with all amendments also posted online. Interested contractors must monitor the website for updates as the office will not provide hard copies or notify offerors of amendments. Registration in the System for Award Management (SAM) is required to be eligible for the award, and inquiries should be directed via email to designated contacts. This request emphasizes streamlined communication and submission processes, reflecting the government's ongoing commitment to supporting small businesses in federal contracting opportunities.
    The 633d Contracting Squadron is requesting proposals for a Contractor Operated CE Supply Store (COCESS) at Joint Base Langley Air Force Base, with a focus on small businesses. This Firm-Fixed-Price contract includes an initial one-year performance period and four optional renewal years. The procurement falls under NAICS code 444140, with a small business size standard of $16.5 million. The formal Request for Proposals (RFP), identified as FA4800-25-Q-0010, is expected to be released around April 21, 2025, and will close 30 days later. Only electronic access to the solicitation on www.SAM.gov will be provided; no hard copies will be issued. Offerors must monitor this site for updates, as no direct notifications will be sent. Registration in the System for Award Management (SAM) database is mandatory for applicants to be eligible for contract awards. For inquiries, interested parties should contact the specified email addresses. This process underscores the government's commitment to utilizing small business resources in its contracting activities.
    The document outlines a solicitation for a contract designated for Women-Owned Small Businesses (WOSB), specifically regarding the Langley Contractor Operated Civil Engineer Supply Store (COCESS) at Langley Air Force Base. It details the requisition number, expected delivery terms, and the scope of supplies and services to be provided, including monthly purchases, long lead items, and special interest items related to emergency situations and public events. The total award amount is approximately $16,500,000, with a specified delivery timeline extending from August 2025 to August 2030. The solicitation includes various clauses related to federal acquisition regulations and emphasizes compliance with standards such as the Buy American Act and provisions regarding small business involvement. The contracting officer, Mandisa Peters, is identified as the primary contact for inquiries, and the document stresses the necessity for contractors to adhere to all specified terms and conditions. This solicitation highlights the federal government’s commitment to supporting women-owned businesses while ensuring efficient and compliant procurement processes for necessary services and supplies.
    The document serves as an amendment to a solicitation, specifically extending the due date for offers from July 21, 2025, to August 5, 2025. It outlines the procedures for acknowledging receipt of the amendment, stating that failure to acknowledge may result in the rejection of offers. It also permits changes to previously submitted offers through specific communications referencing the solicitation. Additionally, there are sections regarding contract modifications, including administrative changes authorized by relevant regulations. The contact information for the contracting officer, Mandisa Peters, is provided, indicating an administrative structure aimed at effectively managing responses to this solicitation amendment. The document emphasizes adherence to terms and conditions, ensuring clarity in the procurement process related to federal grants and requests for proposals (RFPs).
    Similar Opportunities
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    Repair MWD Kennel Interior, Facility 1030 at Joint Base Langley - Eustis (JBLE), VA
    Dept Of Defense
    The Department of Defense is soliciting bids for the repair of the Military Working Dog (MWD) Kennel Interior at Facility 1030, Joint Base Langley-Eustis (JBLE), Virginia. The project aims to completely overhaul the existing Heating, Ventilation, and Air Conditioning (HVAC) system and expand individual kennel cells to meet the requirements outlined in the Kennel Design Guide, addressing critical health and odor concerns. This renovation is vital for ensuring the well-being of military working dogs and maintaining operational standards at the facility. Interested contractors should note that the estimated project cost is between $1,000,000 and $5,000,000, with a pre-bid site visit scheduled for January 6, 2026, and bids due by January 22, 2026. For further inquiries, contact Callie J Compton at callie.compton@us.af.mil or 757-764-7228.
    Notice of Intent to Sole Source for construction and renovation of Building 4517 at Seymour Johnson AFB, NC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is seeking to procure construction and renovation services for Building 4517 at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The project includes a sole-source requirement for the Best Coremax Keying System and various Furniture, Fixtures, and Equipment (FF&E) items, with specific part numbers and detailed descriptions provided for each item. This procurement is critical for enhancing the operational capabilities of the facility, ensuring that all products are made in the USA. Interested parties must submit a capability statement to Ethan Phillips at ethan.s.phillips@usace.army.mil by 1:00 PM ET on December 26, 2025, to be considered for this opportunity.
    Snap-On Autocrib E-Tool FX Lockers (Brand Name)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of Snap-On Autocrib E-Tool FX Lockers to support operations at Tinker Air Force Base in Oklahoma. The requirement includes the acquisition of six 34-drawer lockers and nine 22-drawer lockers, specifically designed for logistical and maintenance operations. This procurement is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with a delivery schedule of 30 calendar days from the award date. Interested vendors must submit their proposals by December 29, 2025, and can direct inquiries to Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    Commercial and Institutional Building Construction
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for commercial and institutional building construction services. This procurement aims to establish BPAs to facilitate the expeditious acquisition of various construction requirements in support of Naval operations, particularly in areas such as Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which will be awarded based on qualifications without a formal Request for Proposal. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.
    NECC Central Issue Facilities Programs
    Dept Of Defense
    The Department of Defense, through the Naval Supply Center (NAVSUP) Fleet Logistics Center (FLC) Norfolk, is seeking qualified 8(a) firms to provide Central Issue Facilities Support Services for the Navy Expeditionary Combat Command (NECC). The primary objective of this procurement is to obtain analytical and logistical product support management for three Central Issue Facilities (CIFs) located in Williamsburg, Virginia, and Gulfport, Mississippi, focusing on inventory management, customer support, and logistics analysis for Infantry Combat Equipment (ICE) and medical/dental materials. This contract is anticipated to be a firm-fixed-price type, with performance expected to commence around March 26, 2026, and will span five years, including one base year and four option years. Interested parties should submit their capabilities statements by December 18, 2025, to Sherell Brown at sherell.g.brown.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
    Facility Maintenance Contract IDIQ Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.
    SABER IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    Shelf Stocking, RSHA, and Custodial Services at the MacDill AFB Commissary
    Dept Of Defense
    The Department of Defense, through the Defense Commissary Agency (DECA), is seeking qualified contractors to provide shelf stocking, receiving, storage, and custodial services at the MacDill Air Force Base Commissary in Tampa, Florida. The procurement aims to ensure efficient operations and maintenance of the commissary, which serves military personnel and their families by providing essential grocery and household items. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and interested parties can reach out to James Beck at JAMES.BECK@DECA.MIL or by phone at 804-734-8000 for further details. The presolicitation notice indicates that the contract will be awarded based on the qualifications and past performance of the bidders.