Packing and Crating Services Vandenberg SFB
ID: FA461025Q0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

Packing and Crating (488991)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- MOTOR POOL AND PACKING/CRATING: PACKING/CRATING (V003)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 23, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 6, 2025, 12:00 AM UTC
  3. 3
    Due Jan 7, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for packing and crating services at Vandenberg Space Force Base (VSFB) under Request for Quote Number FA4610-25-Q-0004. The procurement aims to secure commercial services for the packing, containerization, and local drayage of personal property shipments, adhering to the requirements outlined in the Performance Work Statement (PWS) and Federal Acquisition Regulation (FAR). This contract, valued at $34 million, is a total small business set-aside, emphasizing the government's commitment to supporting small businesses, particularly women-owned enterprises, in fulfilling essential logistical functions. Interested contractors must submit their proposals by January 7, 2025, at 12:00 PM PST, and can direct inquiries to Jessica Rowe at jessica.rowe.5@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil.

Files
Title
Posted
Jan 6, 2025, 5:05 PM UTC
The Performance Work Statement (PWS) outlines the requirements for the packing, containerization, and local drayage of personal property shipments under the Direct Procurement Method (DPM) by contractors for the Department of Defense (DoD). Key responsibilities include conducting pre-move surveys, weighing shipments, adhering to timeframes, and managing the preparation, packing, and loading of goods for domestic or international transport. Contractors must provide necessary materials, ensure compliance with governmental standards, and handle storage and documentation accurately. Specific performance metrics set targets for on-time delivery, documentation accuracy, and quality control, while responsibilities regarding cargo insurance and handling erroneous shipments are explicitly defined. The document emphasizes contractor accountability, detailing procedures for unpacking, claims handling, and managing government-owned containers. Overall, this PWS aims to facilitate seamless coordination between contractors and the DoD for efficient and secure handling of personal property during military relocations.
Jan 6, 2025, 5:05 PM UTC
The document appears to be a corrupted file or improperly formatted data, making it difficult to derive meaningful content typically associated with government requests for proposals (RFPs), grants, or other relevant official documentation. Due to the data distortion, the intended structure, main topics, key ideas, and supporting details are not discernible. Government RFPs usually include specific project requirements, guidelines for submissions, eligibility criteria, funding amounts, and timelines, but these components cannot be identified in this instance. As a result, without further context or a corrected version of the document, a comprehensive summary focusing on RFPs or federal grant-related information cannot be accurately created. This document requires rectification or additional details for effective analysis and summary.
Jan 6, 2025, 5:05 PM UTC
The document outlines the Request for Proposals (RFP) for moving and storage services for personal property in Zone 79: Area 1, covering San Luis Obispo and Santa Barbara. It specifies estimated maximum daily requirements, including outbound, inbound, and intra-city services over a defined period from March 1, 2025, to February 28, 2028. Key service categories include complete outbound services involving household goods (HHG), unaccompanied baggage, and storage provisions. Each category stipulates detailed operational requirements such as disassembly, packing, loading, and delivery tasks. Contractors must meet the government's minimum daily capacity and provide guarantees for their service capabilities. The expected volumes and service specifications are set to ensure compliance with relevant commercial specifications. Moreover, the schedules detail the need for drayage services, container usage, and handling of oversized or overflow articles. The emphasis on pre-survey requirements, as well as packaging and inventory protocols, reflects the complexity of the moving services being procured. The document ultimately establishes a framework for contractors to submit bids, aiming to ensure effective management of government relocation needs, confirming adherence to safety standards and operational efficiency.
Jan 6, 2025, 5:05 PM UTC
The document outlines the requirements for contractors providing DPM (Domestic Personal Property Management) Packing and Crating Services as part of a federal government Request for Quotes (RFQ). It specifies that contractors must demonstrate three years of experience within the past five years in various packing and crating tasks, such as pre-move surveys, preparation and loading, inventory processes, and claims handling. The evaluation hinges on submitting detailed project references—up to three per sub-factor—to substantiate the claimed experience. The contractors must provide the contract details, including the period of performance, total value, and contact information for verification. The goal is to ensure that potential contractors have the requisite expertise to perform the outlined tasks, thus meeting technical acceptance criteria. This process ensures that the federal government selects qualified vendors for efficient and effective management of packing and crating services.
Jan 6, 2025, 5:05 PM UTC
The Women-Owned Small Business (WOSB) solicitation details a request for services related to packing and crating for the Department of Defense at Vandenberg Space Force Base. The contract, numbered FA461025Q0004, amounts to $34,000,000 and outlines requirements for outbound and inbound services for personal property shipments and storage through the Direct Procurement Method (DPM). The contract period spans from March 1, 2025, to February 29, 2028. Key components include a set of clauses referencing the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) applicable to government procurement, focusing on contractor responsibilities concerning safety, acceptance criteria, and liability for loss or damage. The document mandates the inclusion of clauses ensuring adherence to labor standards, equal opportunity laws, and certifications regarding compliance with telecommunications and defense contracting regulations. This solicitation emphasizes the federal government's commitment to utilizing women-owned businesses for government contracts while ensuring compliance with legal and safety standards throughout the service provision period.
Jan 6, 2025, 5:05 PM UTC
The memorandum from the Department of the Air Force, specifically the United States Space Force’s Space Launch Delta 30, addresses contractors regarding a solicitation for service bids. Key inquiries include the absence of Estimated Annual Amounts in the Pricing Schedule, which the government clarifies by indicating the maximum daily requirement and minimum acceptable capability are specified in the attachment. The memorandum also affirms that the incumbent contractor is Anderson Van and Storage, Inc., with a prior contract value of $1,000,000. Additionally, it notes that no military specifications (mil-spec) certifications are necessary for bidders. Overall, the document serves to clarify critical points related to the bid submission process, ensuring contractors are informed of expectations and requirements for the upcoming proposals. This reflects standard practices in government Requests for Proposals (RFPs), designed to foster transparent competition while supporting effective contract procurement processes.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Repair Buildings 1508 for Space Control Facility and 1559 Admin Area
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for a firm fixed-price contract to repair Buildings 1508 and 1559 at Vandenberg Space Force Base in California. This project involves providing all necessary labor, materials, and supervision for the repair of the Space Control Facility and the Admin Area, with a contract duration of 365 calendar days following the notice to proceed. The total construction cost is estimated to be between $5 million and $10 million, and the opportunity is exclusively set aside for small businesses under the NAICS code 236220. Interested contractors should note that the solicitation is expected to be issued around April 15, 2025, with a pre-bid conference tentatively scheduled for April 22, 2025. For further inquiries, contractors can contact Kristian Martin Perlas or Carmen Ridener via the provided email addresses.
FA8604, Storage Aid System at Hurlburt Air Force Base, Florida, MMHS
Buyer not available
The Department of Defense, specifically the Air Force, 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 an existing pallet rack and the installation of a modular office, with specific requirements for vehicle use, such as on-board chargers for forklifts. The contract completion is required within 205 days from the award date, with proposals due by 4:00 PM Eastern Daylight Time on April 25, 2025. Interested contractors must register in the System for Award Management (SAM) and submit their proposals through the Procurement Integrated Enterprise Environment (PIEE), with questions accepted until April 17, 2025, directed to the primary contacts Andrew Petersen and Samantha Ekberg.
Request for Qualifications (RFQ) for Project XUMU 252215CR, Concept Charrette Report, Renovate Building 7050, Vandenberg SFB, CA
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms to provide services for the renovation of Building 7050 at Vandenberg Space Force Base, California, under the project titled XUMU 252215CR. The selected firm will be responsible for producing a Concept Charrette Report (CCR), which includes developing courses of action, detailed cost estimates, and conceptual drawings while ensuring compliance with federal, state, and local regulations, including sustainability and energy efficiency standards. This procurement is critical for modernizing the facility to accommodate new occupants and enhance operational capabilities, with a total small business set-aside and a firm-fixed-price contract anticipated to be awarded around June 25, 2025. Interested firms must submit their qualifications using the SF330 format by April 29, 2025, and direct any inquiries to Meghann E. Applebay at meghann.applebay@us.af.mil or Jennifer Paccioretti at jennifer.paccioretti@spaceforce.mil.
PROOF LOADING EQUIPMENT SUPPORT
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking capable vendors to provide support services for proof loading and non-destructive inspections (NDI) of lifting equipment related to the Minotaur I and IV missions at Vandenberg Space Force Base in California. The procurement includes annual proof loads on slings, shackles, and lifting assemblies, as well as compliance with environmental regulations and safety codes, with additional services such as visual inspections and documentation required. This opportunity is crucial for ensuring the safe and efficient operation of lifting equipment used in Air Force missions. Interested parties must respond via email to the designated contacts, Chris Hummel and Taylor Dunn, by April 16, 2025, with a brief description of their capabilities and any relevant teaming arrangements, adhering to the guidelines outlined in the Market Research Questionnaire.
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) in New Mexico. The contractor will be responsible for providing comprehensive supply chain management services, including inventory tracking, order management, and equipment accountability, as outlined in the Performance Work Statement (PWS). This procurement is critical for maintaining operational efficiency at KAFB and supporting off-site locations throughout the state. 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 the secondary contact, Julianne Indelicato, at julianne.indelicato.1@us.af.mil. The contract is anticipated to be a firm-fixed price arrangement for one base year with four additional option years, contingent upon available funding.
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.
Commercial Solutions Opening - NSSL Space Vehicle Processing
Buyer not available
The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) to enhance Space Vehicle (SV) processing capabilities at Cape Canaveral and Vandenberg Space Force Bases. The initiative aims to acquire innovative commercial solutions that can increase processing capacity and mitigate risks associated with rising launch demands, with an investment of up to $80 million allocated for fiscal year 2024. This CSO is critical for addressing the growing needs of national security space missions and encourages submissions that may include new technologies or process efficiencies, with a phased evaluation approach starting with PowerPoint briefings and White Papers due by May 31, 2024. Interested parties can contact Capt Jillian Kennedy at SSC.AA3.SVProcessingTeam@spaceforce.mil for further information.
FA252125QB058 Replace Dock Leveler
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of hydraulic and manual dock levelers at Patrick Air Force Base in Florida. The contractor will be responsible for providing all necessary materials, labor, equipment, and training to install one hydraulic dock leveler with a 20,000-pound capacity and one manual dock leveler with a 25,000-pound capacity, adhering to specified safety and engineering standards. This procurement is crucial for maintaining effective logistics operations at the base, ensuring compliance with safety regulations, and enhancing operational efficiency. Interested small businesses must submit their bids by April 10, 2025, following a site visit on March 25, 2025, and a questions due date on March 28, 2025. For further inquiries, vendors can contact Heather Hanks at heather.hanks.2@spaceforce.mil or Ricardo Diaz at ricardo.diaz.14@spaceforce.mil.
Peterson Space Force Base Vehicle Barrier Maintenance and Repair
Buyer not available
The Department of Defense, through the United States Space Force, is seeking quotes for a Firm Fixed Price contract for the maintenance and repair of vehicle barrier systems at Peterson Space Force Base in Colorado. The contract aims to provide preventive maintenance, inspection, and minor repairs for operational vehicle barriers, ensuring compliance with military and federal standards while enhancing the facility's security infrastructure. This initiative is critical for maintaining effective access control and safety, with a total of forty-four vehicle barriers designated for ongoing operational needs. Interested small businesses must submit their quotes by May 2, 2025, and adhere to specific formatting and content requirements, with evaluations based on a Lowest Price Technically Acceptable (LPTA) method. For further inquiries, potential bidders can contact Tiana Glenn at tiana.glenn@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.
PAD MOUNT TRANSFORMERS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Announcement to identify potential suppliers for five medium voltage pad-mounted transformers needed to support the mission at Vandenberg Space Force Base in California. The transformers must meet specific technical requirements, including capacities of 112.5, 150, 300, 500, and 750 kVA, with voltage settings of 12kV/120/208V or 12.47kV/480V, and must feature all-stainless-steel construction, dead-front design, and copper windings filled with non-PCB mineral oil. This procurement is part of a market research effort to replace aging infrastructure and ensure compliance with safety and efficiency standards, with responses due by April 15, 2025. Interested vendors should contact SrA Christopher Mendoza at christopher.mendoza.17@spaceforce.mil or TSgt Mark Wheeler at mark.wheeler.10@spaceforce.mil for further information.