VSFB Vehicle Corrosion Control Services
ID: FA461024Q0038Type: Solicitation
Overview

Buyer

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

NAICS

Automotive Body, Paint, and Interior Repair and Maintenance (811121)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for Vehicle Corrosion Control Services at Vandenberg Space Force Base in California. This procurement, identified as Request for Quote Number FA4610-24-Q-0038, requires contractors to provide comprehensive corrosion control and painting services for vehicles, trailers, and equipment, ensuring compliance with stringent quality and environmental standards. The contract is a total small business set-aside with an estimated value of $9 million, spanning a five-year period from December 1, 2024, to November 30, 2029. Interested parties must submit their proposals by October 4, 2024, at 8:00 AM PST, and can direct inquiries to Tina Cox at Tina.Cox.4@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for corrosion control and painting of large vehicles, trailers, and equipment at Vandenberg Space Force Base (VSFB), California. The contractor is responsible for all labor, materials, and equipment necessary to execute these services, ensuring that vehicles are thoroughly cleaned, repaired, primed, and painted to meet quality standards that exceed original manufacturer specifications. Specific tasks include washing surfaces, repairing damaged metal, applying primers and coatings, replacing vehicle markings, and adhering to quality control measures. The document stresses compliance with environmental laws, requiring contractors to follow stringent regulations and report any hazardous incidents. It details task ordering procedures, specifying that work cannot commence without a signed Delivery Order and outlining requirements for pickups, drop-offs, and reporting labor hours for contract compliance. Security measures are also highlighted, mandating contractor adherence to VSFB's access requirements and personnel vetting. Overall, the PWS serves as a structured framework for contractors to understand their obligations and ensure that services align with government standards and regulations.
    The document discusses the structure and requirements of federal and state/local Requests for Proposals (RFPs) and grants. It highlights the importance of adhering to specific guidelines and criteria when preparing proposals, emphasizing compliance with regulatory standards. Key points include the need for clear objectives, detailed project descriptions, and funding appropriations. The document outlines various evaluation criteria used to assess proposals, such as project feasibility, potential impact, and cost-effectiveness. It also underscores the significance of stakeholder engagement and collaboration as essential components in addressing community needs and enhancing project success. By providing insight into the application process, formatting requirements, and necessary documentation, the document acts as a critical resource for potential applicants. It aims to streamline and facilitate a better understanding of the proposal submission process while ensuring transparency and accountability in the use of public funds. Ultimately, it serves as a guide for entities looking to navigate the complexities of obtaining federal and local funding through well-structured proposals.
    The document outlines the pricing structure for a Firm-Fixed Price proposal for Vehicle Corrosion Control services provided by the 30 Logistics Readiness Squadron (LRS) from 2024 to 2029. Each Contract Line Item Number (CLIN) corresponds to a specific contract year, detailing hourly rates for various labor categories, including Automotive Glass Workers, Motor Equipment Metal Workers, Motor Vehicle Mechanics, Automotive Painters, and Heavy Truck Drivers. The government will estimate the cost of materials at $20,000 annually, which will be included in the total proposed price for each year. Contractors must submit their labor hour breakdowns and parts/materials lists within five workdays of task identification. Additionally, contractors may propose travel costs for mobilization unrelated to regular maintenance, adhering to the Joint Federal Travel Regulation. The cumulative proposed price for each CLIN will include the total labor costs and estimated materials, which must be reported in the Standard Form 1449. The document serves as a guideline for contractors to prepare competitive proposals for government contracts focused on vehicle maintenance and repair services over a five-year period.
    The document outlines a request for proposals (RFP) from the 30 Space Communications Squadron (SCS) for vehicle corrosion control services over a five-year period, from December 2024 to November 2029. Contractors are required to submit a firm-fixed-price proposal including a detailed breakdown of labor hours for various labor categories—such as automotive glass worker, motor vehicle mechanic, and heavy truck driver—along with associated materials costs. Each year's proposal is standardized with an estimated materials cost of $15,000. The contractors must also account for any potential travel costs related to mobilization apart from regular maintenance, in compliance with the Joint Federal Travel Regulation (JFTR). The document specifies that labor rates will be multiplied by estimated hours to derive the total proposed price, which is to be submitted in designated blocks for each contract line item (CLIN) over the five-year term. The structure emphasizes the need for timely submissions, specifying a five-workday window for materials and parts identification post-assessment. This RFP reflects the government’s intent to maintain vehicle functionality and safety by securing services that ensure corrosion control through a structured and transparent financial proposal process.
    The Vehicle Corrosion Control Technical Response Questionnaire outlines requirements for contractors to provide corrosion control services within 100 road miles of Vandenberg Space Force Base, CA. The document specifies that to be deemed technically acceptable, contractors must demonstrate their ability to perform services detailed in the attached Performance Work Statement (PWS) and provide proof of access to necessary facilities. Contractors are further required to show three years of relevant experience in corrosion control tasks within the past five years, such as washing surfaces, surface preparation, metal repair, priming, sealing, and painting. Each claim must be supported with references, including project details and contact information for verification. The emphasis on location and experience reflects the government's focus on ensuring qualified vendors can execute the contract effectively within the specified geographical limit and scope of work. The questionnaire serves as a method to assess potential contractors' qualifications and compliance with federal contracting regulations for this specialized service.
    The document outlines a solicitation for a contract to provide Vehicle Corrosion Control and Painting Services at Vandenberg Space Force Base, California, specifically for the 30 Logistics Readiness Squadron (30 LRS) and the 2nd Range Operations Squadron (2 ROPS). The contract, numbered FA461024Q0038, is described as a firm-fixed-price agreement for a five-year period from December 1, 2024, to November 30, 2029, with an estimated total award amount of $9 million. Key details include the contractor's responsibilities to provide all necessary labor, materials, and equipment for services predominantly performed at the contractor's facility. The document also includes contact information for contracting officers and outlines the evaluation criteria that prioritize price, technical capability, and past performance. It specifies compliance with various federal acquisition regulations and clauses, including provisions aimed at promoting small business participation, specifically targeting women-owned, economically disadvantaged, and service-disabled veteran-owned businesses. The attached Performance Work Statement (PWS) and several other attachments detail additional requirements and data necessary for potential contractors to formulate their proposals accurately. This solicitation reflects the government's ongoing efforts to engage small businesses in fulfilling federal contract obligations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Painting Vehicles and Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a firm-fixed-price contract to provide painting and corrosion prevention services for various vehicles and equipment utilized by the U.S. military. This procurement aims to ensure the operational readiness and maintenance of a diverse fleet, including Air Cycle Machines, trailers, forklifts, and trucks, over a four-year period from 2025 to 2029. The selected contractor will be responsible for adhering to specific paint types and corrosion prevention standards, which are critical for maintaining the efficiency and longevity of military assets. Proposals are due by October 14, 2024, and interested parties should direct inquiries to Myong Hui Hong at myonghui.hong.ln@army.mil or call 05033553348 for further information.
    Construct Corrosion Control Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Texas Air National Guard, is seeking bids for the construction of a new 12,200 square foot Corrosion Control Facility at Joint Base San Antonio – Kelly Field Annex. The project requires comprehensive non-personal construction services, including labor, materials, and supervision, adhering to federal, state, and local codes, with a focus on environmental compliance and military operational standards. This facility is crucial for maintaining military aircraft by providing specialized areas for corrosion treatment, repair, and painting, thereby enhancing the operational readiness of the Air National Guard. Interested small businesses must submit their bids by September 17, 2024, with a contract value estimated between $10 million and $25 million. For further inquiries, potential bidders can contact Mark A. Green at mark.green.23@us.af.mil or Amanda Bogue at amanda.m.bogue.civ@army.mil.
    AIRCRAFT WASH
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center at Eglin Air Force Base, is soliciting proposals for Aircraft Washing Services under the solicitation FA2823-24-Q-3024. The procurement requires contractors to provide all necessary materials, equipment, labor, and personnel to perform aircraft wash and lubrication services, particularly for F-35 aircraft, ensuring compliance with Air Force regulations and safety standards. This service is critical for maintaining aircraft availability and reducing maintenance workloads, with a focus on high-quality performance and adherence to environmental regulations. Interested small businesses must submit their firm fixed price quotes by 11:00 AM CST on September 10, 2024, and are encouraged to register for a site visit scheduled for August 27, 2024. For further inquiries, contact Lindsey Barrow at 850-305-8708 or via email at LINDSEY.BARROW.1@US.AF.MIL.
    Air Park Painting
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotations for the "Air Park Painting" project at Holloman Air Force Base in New Mexico. The primary objective is to remove existing paint and repaint two static aircraft displays, specifically the HH-3E and UH-1, in accordance with historical specifications outlined in the Statement of Work. This project is crucial for maintaining the visual integrity and operational readiness of the aircraft, which serve as important historical displays. Interested small businesses must submit their quotes by August 28, 2024, and are encouraged to contact SSgt Alexander Ramsower at alexander.ramsower@us.af.mil or 505-846-6673 for further details. A site visit is scheduled for September 11, 2024, to facilitate contractor understanding of the requirements.
    Vehicle Lease
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for a one-year lease of ten vehicles under solicitation number FA9401-24-Q-0036, fully set aside for small businesses. The procurement requires a mix of vehicles, including one 1-ton stake bed truck, one 1.5-ton stake bed truck, one 1.5-ton crew cab pickup, three cargo vans, and four 15-passenger vans, all of which must meet safety standards set by the New Mexico Department of Public Safety and the Motor Vehicle Division. This initiative is crucial for supporting personnel and cargo transport, thereby enhancing operational efficiency and readiness. Interested offerors must submit their quotes via email by September 20, 2024, and are encouraged to direct any questions to the primary contact, Austin Swain, at austin.swain@us.af.mil or by phone at 505-846-9742, with all proposals needing to remain valid until the end of September.
    FY24 355 MXG Paint Booth Services
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the FY24 355 MXG Paint Booth Services at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement aims to provide inspection and servicing of a Global Finishing Solutions paint booth and its Primary Logic Computer (PLC), ensuring operational efficiency and compliance with safety regulations. This service is critical for maintaining equipment used in corrosion prevention processes, which are essential for military operations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes via email by September 18, 2024, at 09:00 AM Arizona Local Time, and can direct inquiries to Elisa Montoya at elisa.montoya@us.af.mil or Erick Ramirez Millan at erick.ramirezmillan@us.af.mil.
    Corrosion Walk-In Blast Booth
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the maintenance and refurbishment of two inoperable walk-in blasting booths at RAF Lakenheath, UK, specifically for the 48 Equipment Maintenance Squadron's Corrosion Control Section. The project aims to ensure the operational readiness of F-15E aircraft by effectively removing corrosion and applying organic coatings, while adhering to Air Force Instructions and OSHA standards to mitigate health risks associated with Chromium (VI) exposure. Interested contractors must attend a site visit scheduled for August 16, 2024, and submit their quotes by July 31, 2024, with inquiries due by August 23, 2024. For further information, contact Drew Yanez at drew.yanez@us.af.mil or MSgt Jaime Compean at jaime.compean@us.af.mil.
    J--US Air Force Research Laboratory Vehicular Mainten
    Active
    Interior, Department Of The
    The Department of the Interior, through the Acquisition Services Directorate, is seeking contractors to provide maintenance and repair services for low-speed vehicles at Eglin Air Force Base, Florida. The procurement involves a firm-fixed-price contract with a six-month base period starting December 1, 2024, followed by four optional one-year periods and a six-month extension, specifically set aside for small businesses under NAICS code 811310. This opportunity is crucial for ensuring the operational readiness of military equipment, as contractors will be responsible for providing all necessary personnel, tools, and supplies while adhering to safety protocols and government regulations. Interested contractors must submit their proposals by the extended deadline of October 7, 2024, and are encouraged to contact Jennifer Arthur at jenniferarthur@ibc.doi.gov for further information.
    SLD 30 Carpet Install
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the installation of carpet at Building 10577, Vandenberg Space Force Base, California, under the AF Carpet II Program. The project entails comprehensive services including furniture movement, flooring removal, and the installation of specified carpet materials, with a strong emphasis on compliance with federal, state, and Air Force regulations. This procurement is particularly significant as it supports the maintenance and operational standards of military facilities. Interested small businesses must submit their quotes by September 18, 2024, with an expected award date of September 27, 2024. For further inquiries, vendors can contact Paul Baraldi at paul.baraldi@spaceforce.mil or Chris Hummel at christopher.hummel.6@spaceforce.mil.
    Cathodic Protection Beale AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Cathodic Protection System for seven water wells at Beale Air Force Base in California. The project aims to restore functionality to the existing cathodic protection system, ensuring the integrity and longevity of the water supply infrastructure while adhering to environmental regulations. This initiative is critical for maintaining safe drinking water standards and preventing corrosion in essential facilities. Interested contractors must submit their proposals by September 28, 2024, following a site visit on August 13, 2024, and can direct inquiries to SSgt Milton Vasquez at milton.vasquez@us.af.mil or Gabriel Fickel at gabriel.fickel@us.af.mil. The estimated contract value ranges between $300,000 and $500,000.