Tinker Base Supply and Munitions
ID: FA810126R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8101 AFSC PZIOATINKER AFB, OK, 73145-9125, USA

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors to provide Base Supply and Munitions services at Tinker Air Force Base (TAFB) in Oklahoma. The contractor will be responsible for managing personnel, equipment, and services related to supply operations, inventory control, customer support, and munitions management, ensuring compliance with Air Force regulations and maintaining war readiness. This contract is particularly significant as it supports the logistics readiness of the 72 Logistics Readiness Squadron and includes a total estimated award amount of $47 million, with a base performance period of 11 months starting in April 2026, followed by six one-year option periods. Interested parties should direct inquiries to Robert Kipler or Samuel Nemargut and submit proposals by the deadline of December 8, 2023.

    Files
    Title
    Posted
    This document outlines the instructions for offerors submitting proposals for the Base Supply and Munitions program contract. The government intends to award a single contract based on "best value" using Tradeoff Source Selection Procedures. Proposals must adhere to strict formatting, content, and submission guidelines, including a four-volume structure: Technical, Past Performance, Price, and Contract Documentation. Key requirements include demonstrating technical capabilities, providing detailed past performance information for prime and subcontractors, submitting a comprehensive price proposal with supporting rationale, and completing contract documentation. Electronic submission via DoD SAFE is mandatory, with specific instructions for file names, page limits, and communication with the Contracting Officer. The document emphasizes clarity, conciseness, and compliance to ensure a favorable evaluation.
    This document outlines the instructions for offerors submitting proposals for the Base Supply and Munitions program contract at Tinker AFB. The government plans to award a single contract based on "best value" utilizing Tradeoff Source Selection Procedures. Proposals must adhere to strict formatting, content, and submission guidelines, including a detailed technical volume, past performance information, and a comprehensive price proposal. Offerors are required to provide specific methodologies for program management, manpower, and execution plans, demonstrating how they will meet all solicitation requirements. The document emphasizes clear, concise proposals, adherence to page limits, and electronic submission via DoD SAFE. It also details evaluation factors such as technical approach, past performance, and price realism, stressing the importance of thorough documentation and rationale for all proposed aspects.
    The document outlines the evaluation factors for a government contract award, emphasizing a Tradeoff Source Selection procedure. Technical acceptability is a prerequisite, followed by a tradeoff between Past Performance and Price, with Past Performance being more important. Proposals will be evaluated on Factor 1: Technical (Program Management, Manpower, Quality Control), Factor 2: Past Performance (recency, relevancy, quality), and Factor 3: Price (reasonableness, balance, realism). The government intends to award without discussions but reserves the right to conduct them. The final award decision will be based on the best value to the Government, potentially favoring a higher-priced offeror with superior past performance if it outweighs the cost difference. One contractor will be selected, and the government reserves the right not to award based on proposal quality, price, or funding availability.
    This government attachment outlines the evaluation factors for awarding a contract, utilizing Tradeoff Source Selection procedures. The primary goal is to achieve the best value for the Government, balancing technical acceptability, past performance, and price. Technical proposals are evaluated on a pass/fail basis across three subfactors: Program Management and Orientation Plan, Manpower and Organization Chart, and Quality Control Plan. Past performance is assessed for recency, relevancy, and quality, leading to a confidence rating. Price is evaluated for reasonableness, balance, and realism, with a Total Evaluated Price (TEP) calculated across all periods. The Government intends to award without discussions but reserves the right to conduct them, and the Source Selection Authority makes the final decision based on an integrated assessment of all factors, with Past Performance being more important than Price for technically acceptable proposals.
    This document is a pricing table for a government Request for Proposal (RFP) detailing various operational services across multiple contract years. It outlines line items for "BLDG 469 Operations," "BLDG 260 Operations," "Munitions Operations," "De-Icing Program," and a "Transition Period." The structure includes a "BASIC YEAR" with 11 months for operational services and 1 month for transition, followed by "OPTION YEAR I" through "OPTION YEAR VII," each typically spanning 12 months, with a final "Six Month Option." Offerors are required to insert proposed unit prices in designated areas, allowing spreadsheet formulas to calculate annual, extended, and total evaluated prices. The "Six Month Option" section includes pre-filled unit prices of $1.00 for each operational service, resulting in a CLIN total of $24.00 and a Grand Total of $24.00, indicating a placeholder or a nominal value for this specific option. The overall purpose is to collect standardized pricing for these services over a multi-year contract period.
    This Performance Work Statement (PWS) outlines the requirements for a contractor to provide Base Supply and Munitions functions at Tinker Air Force Base (TAFB), Oklahoma. The contractor will manage personnel, equipment, and services for supply, inventory, customer support, mobility, weapons vault, and munitions operations. Key responsibilities include maintaining war readiness, supporting expeditionary logistics, managing supply chain materials, and ensuring the care and security of War Reserve Material (WRM). The contractor is responsible for inventory control, customer training, mobility support, and munitions management in accordance with Air Force instructions and safety standards. Additionally, the contractor will manage facilities, vehicles, and the Precious Metals Recovery Program, adhering to strict security, environmental, and safety regulations. The PWS also details requirements for the On-Site Manager, personnel qualifications, drug-free workforce, hours of operation, quality control, employee training, and various administrative and reporting duties. Compliance with federal, state, and local laws, as well as Air Force directives, is paramount throughout the contract.
    This Performance Work Statement (PWS) outlines the requirements for a contractor to provide Base Supply and Munitions functions at Tinker Air Force Base (TAFB), Oklahoma. The contractor will manage all personnel, equipment, tools, vehicles, materials, and supervision for supply operations within the 72 Logistics Readiness Squadron. Key responsibilities include general supply services, inventory and documentation control, customer and training services, mobility support, weapons vault operations, and munitions management. The contractor must adhere to various Air Force instructions and regulations, ensuring war readiness, customer support, expeditionary logistics, supply chain material management, and the care and security of War Reserve Material (WRM). The PWS also details requirements for an On-Site Manager, personnel qualifications, hours of operation, quality control, employee training, management and administration, information technology asset management, facility management, vehicle operations, precious metals recovery, and stringent security, environmental, and safety compliance. The document emphasizes the contractor's responsibility for safeguarding government property, managing hazardous materials, and conserving utilities, with a focus on seamless transition and adherence to all applicable federal, state, and local regulations.
    This government file addresses a series of questions regarding a federal solicitation, clarifying new contractual requirements, submission guidelines, and logistical details. Key points include confirmation that Deicing Fluid Management and Tank Custodian Duties are new, with wage determinations to be attached to the solicitation. A Mission Essential Contractor Services Plan is required and does not count against the 30-page limit for Volume I. A DD Form 254 will be provided shortly, and site visits are not anticipated at this time. The contractor is responsible for furnishing consumables and PPE, while the government will provide chemicals, fluids, and testing equipment. Disposal fees for hazardous waste will be paid by the government. Only electronic submissions via DoD SAFE are accepted, with no physical copies required. Finally, the document specifies the types and quantities of vehicles the contractor must provide for both Building 260 Warehouse Operations and Munitions Operations.
    This government file addresses 89 questions regarding an RFP for Base Supply and Munitions services, clarifying various aspects for potential offerors. Key points include a submission date extension to December 8th, acceptance of both DUNS and UEI numbers, and confirmation that the 30-page limit for Volume I applies to the technical aspect. The document outlines vehicle requirements (e.g., Stake-bed Truck x 2, Forklifts x 2) and specifies that the government provides all IT assets. It also clarifies that certain labor categories are duties, not separate positions. The incumbent contractor is Data Monitor Systems, Inc., under contract FA810120C0013. The solicitation number is FA810126R0001. The government will provide Hazmat cleanup materials, and a site visit is being considered. It also clarifies that CPARS evaluations are acceptable in lieu of Past Performance Questionnaires.
    This document addresses 17 questions and answers regarding a government contract for Base Supply and Munitions at Tinker AFB, likely an RFP or similar procurement document. Key clarifications include confirming that "Contract Manager" and "On-site Manager" are interchangeable titles, that all personnel on the current contract require a Secret Clearance, and that only Firm Fixed Price (FFP) past performance will be considered relevant. The government will not revise this statement. The document also confirms that a provided spreadsheet accurately lists Government Furnished Property (GFP) and that knowledge of essential systems (ES-S, SBSS/IMDS, CAS, MOA/SAR) is expected prior to performance, with no government-provided training. Contractors are expected to assume infrequent training for off-site courses, manage administration costs for GFP repairs, and are allowed a 30-day phase-in period for transition, including CAC and badge processing. The government will not consider CPARS in place of Past Performance Questionnaires (PPQs), noting that furloughed personnel have returned. Efficiency-based staffing models are acceptable as long as performance outcomes are met.
    This government solicitation (FA810126R0001) is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide base supply and munitions services, designated under NAICS code 561210. The contract has an estimated total award amount of $47,000,000.00. The period of performance includes a one-month transition period from March to April 2026, followed by a base year from April 2026 to March 2027, and six subsequent one-year option periods extending through March 2033. Services are categorized into specific Contract Line Items (CLINs) covering Bldg-469 Operations (Equipment Management, Inventory, Stock Control, etc.), Bldg-260 Operations (Individual Equipment Unit, Gas Mask, Mobility Bag, etc.), Munitions Operations, and Deicing Program. All services are on a Firm Fixed Price basis. Inspection and acceptance for all line items will occur at destination at Tinker AFB, OK. The document incorporates various FAR and DFARS clauses, including specific instructions for electronic invoicing via the Wide Area WorkFlow (WAWF) system.
    This government solicitation, FA810126R00010001, issued by the Air Force Materiel Command, is a Request for Proposal (RFP) for base supply and munitions services, specifically identified for Women-Owned Small Businesses (WOSB). The contract has an estimated award date of April 15, 2026, with a base performance period of 11 months following a one-month transition, and includes six one-year option periods. The total estimated award amount is USD 47,000,000.00. Services include Equipment Management, Inventory Reports and Data, Stock Control, Document Control, Customer Service, Quality Control, Supply Operations for Buildings 469 and 260, Munitions Operations, and the Deicing Program. The document outlines detailed inspection and acceptance locations at Tinker AFB, OK, and incorporates numerous FAR and DFARS clauses governing contract terms, payment instructions via Wide Area WorkFlow (WAWF), and special requirements like the prohibition of Class I Ozone Depleting Substances.
    This government wage determination document, number 2015-5315, outlines the minimum wage rates and benefits for service contract employees in Canadian, Cleveland, Grady, Lincoln, Logan, McClain, and Oklahoma Counties, Oklahoma. It details wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts awarded on or after January 30, 2022, and between January 1, 2015, and January 29, 2022, respectively, for 2025. The document lists numerous occupational categories with corresponding hourly rates, along with fringe benefits including health & welfare, vacation, and eleven paid holidays. It also specifies conditions for computer employees, night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances. Procedures for conforming unlisted job classifications and wage rates are also provided, emphasizing the use of the “Service Contract Act Directory of Occupations” for proper classification.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Postal Meter
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the lease of postal meter equipment, including an automated mailing processing machine and a mail meter, for Tinker Air Force Base in Oklahoma. The contract aims to provide comprehensive services, including installation, preventive and remedial maintenance, software upgrades, and ongoing training to support the management of official mail dispatched from the base. This procurement is critical for ensuring efficient mail processing and tracking of expenditures associated with official communications. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by December 8, 2025, at 1400 Central, with a total estimated award amount of $34 million and a contract duration starting January 1, 2026, with options for four additional years. For inquiries, contact Gerald Mosley at gerald.mosley.1@us.af.mil or Samuel Nemargut at samuel.nemargut@us.af.mil.
    Service Repair for Sciaky Spot Welder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    848_SCMG_MQR_Master_Item_List_Oct_2025
    Buyer not available
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking qualified suppliers for the 848 SCMG MQR Master Item List, which is set for October 2025. This procurement involves a comprehensive inventory of aircraft components, including critical items such as fuzes, electronic units, and various structural parts, primarily located at Tinker Air Force Base in Oklahoma. The items listed are essential for supply chain management and manufacturing qualification within the defense sector, ensuring the availability of critical components for military operations. Interested parties can contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 for further details regarding the opportunity.
    Habco Air Flow/Pressure Test Kits – P/N 1093007
    Buyer not available
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking to procure three Habco Air Flow/Pressure Test Kits, Part Number 1093007, through a Firm Fixed Price purchase order. This acquisition is critical for aircraft maintenance and repair, ensuring the operational readiness of Air Force equipment. Interested vendors must submit their quotations by December 3, 2025, at 12:00 PM CST, via email to Annita Wooten at annita.wooten@us.af.mil, and must be registered in the System for Award Management (SAM). The procurement is set aside for small businesses, and the government intends to award the contract without interchanges, although it reserves the right to conduct them if necessary.
    Compressed Gas
    Buyer not available
    The Department of Defense, specifically the United States Air Force, is soliciting quotes for the procurement of various compressed gases, including liquid nitrogen, helium, carbon dioxide, argon, acetylene, and oxygen, to be delivered to Tinker Air Force Base in Oklahoma. The contract is set aside for small businesses, with a focus on Women-Owned Small Businesses (WOSB), and requires adherence to strict delivery protocols, including packaging standards, inspection, and acceptance at the destination. This procurement is critical for supporting operations at Tinker AFB, ensuring that essential gases are available for various applications. Interested contractors must submit their quotes by the specified closing date and can direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.
    Fuel System Component Test Stand
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    F108 STAGE 1 FAN BLADES REPAIRS 005-010 BPA
    Buyer not available
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking quotes for a Blanket Purchase Agreement (BPA) for the repair of F108 Stage 1 Fan Blades, covering repairs 005 through 010. This procurement requires contractors to be OEM Design Authority-certified repair sources for CFM 56-2 Fan Blades and to adhere to specific performance and quality standards outlined in the Performance Work Statement. The BPA will have a maximum value of $24 million over five years, with individual calls not exceeding $7.5 million, and quotes are due by December 5, 2025, at 3:00 PM CST. Interested firms must register in SAM and submit their quotes via email to the primary contact, Bridgette Miles, at bridgette.miles@us.af.mil.
    Counterbalance Walkie Stackers
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified vendors to supply two Counterbalance Walkie Stackers with Chargers for Tinker Air Force Base in Oklahoma. The stackers must meet specific requirements, including a minimum height of 169 inches, a raised height of 188 inches, and a weight capacity of 3,500 lbs, along with features such as a 3-stage, full free lift mast and a self-propelled design powered by 24V/270AH batteries. These stackers are crucial for efficient material handling operations within the logistics complex, emphasizing a counterbalance design without outriggers for stability. Interested vendors, particularly Women-Owned Small Businesses, should refer to solicitation FA812526Q0014 for detailed instructions and requirements, and may contact Shana Mandley at shana.mandley@us.af.mil or Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    Repair CTI Systems Teleplatforms
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of twelve CTI Systems Teleplatforms at Tinker Air Force Base in Oklahoma. This sole-source requirement necessitates troubleshooting and repair services, with contractors expected to provide all necessary labor, tools, equipment, and materials while adhering to manufacturer specifications and safety protocols. The teleplatforms are critical for depainting and painting processes, and the original equipment manufacturer, CTI Systems, has proprietary access to the control system, making this a specialized procurement. Proposals are due by December 15, 2025, and interested parties should contact Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil for further details.
    Offutt Tank Inspection
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for tank inspection services at Offutt Air Force Base, Nebraska. The procurement involves conducting API Modified Inspections on four Jet A fuel tanks, including tasks such as fuel removal, tank cleaning, and the development of strapping charts, all adhering to federal and state regulations. This contract is crucial for maintaining the integrity and safety of fuel storage facilities, ensuring compliance with environmental and safety standards. Proposals are due by December 16, 2025, at 2:00 PM CST, and interested parties should contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Brent Bertrand at Brent.D.Bertrand@usace.army.mil for further information.