Munitions Disposal
ID: FA489725QC001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4897 366 FAS PKPMOUNTAIN HOME AFB, ID, 83648-5296, USA

NAICS

Other Nonhazardous Waste Treatment and Disposal (562219)

PSC

SALVAGE- PREPARATION AND DISPOSAL OF EXCESS/SURPLUS PROPERTY (P100)

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 seeking proposals from qualified small business contractors for munitions disposal services at Mountain Home Air Force Base in Idaho. The contractor will be responsible for palletizing, marking, transporting, and demilitarizing conventional munitions in compliance with all applicable federal and state laws, utilizing recognized industry-standard methods. This procurement is critical for ensuring safe and environmentally responsible disposal of military materials, with a contract anticipated to span from November 2024 through October 2029, featuring a minimum contract value of $500 and a maximum of $249,999. Interested vendors must submit their quotes by 10:00 AM (MST) on October 4, 2024, and can contact Caleb Ferch at caleb.ferch.1@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Mountain Home Air Force Base in Idaho has issued a Request for Quotation (RFQ) FA489725QC001 for munitions disposal services, strictly inviting proposals from small business contractors. The solicitation follows the Federal Acquisition Regulation (FAR) guidelines, emphasizing that it is a 100% total small business set-aside, with no other set-asides specified. Quotes are due by 10:00 AM (MST) on 04 October 2024, and all interested vendors must be registered in the System for Award Management (SAM). Proposals will be evaluated based on technical capability, price, and past performance, with a firm fixed-price indefinite delivery-indefinite quantity contract anticipated. Technical compliance is essential, and failure to adhere to submission guidelines may result in proposal rejection. The project spans multiple ordering periods from November 2024 through October 2029, with minimum and maximum contract values of $500 and $249,999, respectively. Contractors must provide descriptive literature to demonstrate their capability and must hold pricing firm for 60 days. This RFQ showcases the government's intention to streamline proposal processes while upholding compliance and technical rigor.
    The document outlines a Contractor Price Response Sheet related to the disposal of various categories of munitions. It instructs contractors to provide pricing per pound for the disposal of different categories, which include firearms and related articles, guns and armament, ammunition and ordnance, and launch vehicles, among others. The pricing must be fully burdensome, covering all services as specified in the Performance of Work Statement. The price response sheet is structured to include distinct pricing for each of the four ordering periods from November 2024 through October 2029, with specific entries for each category (CLIN 0001-0004). The document aims to standardize and facilitate the procurement process for these disposal services while ensuring contractors understand the regulatory framework governing such processes. This solicitation is part of federal RFPs intended to secure reliable munitions disposal services, adhering to legal guidelines and environmental standards. Overall, the document emphasizes the need for accurate and comprehensive pricing proposals to support effective contract evaluation and decision-making.
    The Performance Work Statement (PWS) outlines the requirements for the demilitarization and disposal of conventional ammunition for the Republic of Singapore Air Force at Mountain Home Air Force Base (AFB), Idaho. The contractor is responsible for personnel, labor, equipment, and compliance with federal and state laws regarding munitions handling. Key tasks include properly palletizing, transporting, and disposing of munitions via recognized industry-standard methods. The contractor must adhere to multiple Department of Defense (DoD) publications relating to safety and environmental regulations, ensuring compliance throughout the process. Access to munitions storage areas must be coordinated in advance, with strict procedures for inventory management and security. The contract emphasizes safety training, environmental controls, and hazardous waste management, requiring the proper handling and documentation of all munitions. The contractor must report any discrepancies and ensure all personnel are trained in relevant security and safety protocols. The PWS's comprehensive guidelines reflect the government's commitment to rigorous safety and legal compliance during the disposal of potentially hazardous military materials. The document represents a structured approach typical of government Requests for Proposals (RFPs), emphasizing regulatory compliance and detailed operational standards.
    The document is a wage determination issued under the Service Contract Act by the U.S. Department of Labor, specifying minimum wage rates for various occupations in Idaho as of July 22, 2024. It mandates that contractors must pay their workers at least $17.20 per hour or the applicable wage rate, depending on the contract's start date and renewal terms, with a set minimum of $12.90 for earlier contracts not renewed after January 30, 2022. In addition to the base wage, contractors are also required to provide fringe benefits, including health and welfare, vacation, and holiday pay. The document outlines detailed wage rates for a wide range of job classifications, with the fringe benefits averaging around $5.36 per hour or equivalent monthly compensation. It emphasizes compliance with Executive Orders related to minimum wage and paid sick leave, highlighting that new classifications may require additional rates through a formal conformance process. Especially for computing and technical occupations, it notes specific exemptions. The document serves as a guideline for federal contractors in meeting labor standards and ensuring fair compensation.
    Lifecycle
    Title
    Type
    Munitions Disposal
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Packing & Crating Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research for Packing and Crating Services at Mountain Home Air Force Base (AFB) in Idaho. The procurement aims to secure a contractor capable of providing comprehensive packing, containerization, and local drayage services for personal property shipments under the Direct Procurement Method (DPM), ensuring compliance with federal, state, and local regulations. These services are critical for facilitating smooth relocations for military personnel, emphasizing quality control, timely delivery, and accurate documentation. Interested parties should submit their responses to Carrie Budner at carrie.budner.2@us.af.mil by October 16, 2024, with the potential contract period spanning from December 31, 2024, to December 30, 2026.
    8K Rough Terrain Forklifts Rental
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide the rental of ten (10) Rough Terrain Forklifts for the 366th Fighter Wing at Mountain Home Air Force Base, Idaho, from October 8 to November 7, 2024. The forklifts must meet specific requirements, including a minimum lift capacity of 8,000 pounds, diesel operation, and the capability to operate on unpaved surfaces, as they will be used to handle military equipment outdoors. Interested vendors must submit their quotes by October 7, 2024, at 12:00 PM (MST), and are encouraged to contact the primary point of contact, Jeremiah Burns, at jeremiah.burns.1@us.af.mil or by phone at 208-828-3870 for further details. This opportunity is a Total Small Business Set-Aside under NAICS code 532490, with a firm fixed-price contract anticipated.
    BDU-50 D/B CDI Practice Bombs with MHU-149/E Pallet or MHU-122/E Pallet
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - Rock Island, is soliciting proposals for the procurement of BDU-50 D/B CDI Practice Bombs, specifically with MHU-149/E or MHU-122/E pallets. This competitive Request for Proposal (RFP) aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a minimum guaranteed quantity of 8,004 units, to support military training operations. The contract will be awarded based on a best value assessment, considering both price and non-price factors, with a projected award date in the third quarter of FY2025. Interested offerors must submit their proposals by October 17, 2024, and can direct inquiries to Elizabeth Miller at elizabeth.m.miller174.civ@army.mil or Kelly K. Clifton at kelly.k.clifton.civ@army.mil.
    Packing, Containerization and Local Drayage of Direct Procurement Method (DPM) Personal Property Shipments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the packing, containerization, and local drayage of Direct Procurement Method (DPM) personal property shipments at Holloman Air Force Base in New Mexico. The contractor will be responsible for a range of services including conducting pre-move surveys, packing and containerizing household goods, providing cargo insurance, and managing claims, with an emphasis on adhering to performance work standards and maintaining quality throughout the process. This contract, valued at approximately $34 million, is set to span from January 1, 2025, to December 31, 2027, with options for extensions, and is designated as a Total Small Business Set-Aside, encouraging participation from small and disadvantaged businesses. Interested parties must submit their proposals by October 7, 2024, and can direct inquiries to Makenzie Meyer or Sally D. Roberts via the provided contact information.
    MHU-191A/M Munitions Transporter
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the procurement of 45 units of the MHU-191A/M Munitions Transporter, with a firm fixed-price contract anticipated. Offerors must comply with stringent military standards, including a quality assurance system compliant with ISO 9001, and demonstrate their ability to meet technical specifications, including NIST cybersecurity requirements. This equipment is critical for munitions transport within military operations, ensuring safety and efficiency in logistics. Proposals are due by October 23, 2024, at 5:00 P.M. EDT, and interested parties should direct inquiries to Trevor Greig at trevor.m.greig.civ@us.navy.mil or Robert Megill at robert.a.megill2.civ@us.navy.mil.
    Architect-Engineer Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the 366th Contracting Squadron at Mountain Home Air Force Base in Idaho, is seeking qualified architect-engineer firms to provide a range of professional services under a forthcoming indefinite-delivery, indefinite-quantity (IDIQ) contract. The required services encompass various engineering disciplines, including architectural, environmental, electrical, mechanical, civil, and structural engineering, as well as construction supervision and oversight, all to be assigned via task orders. This contract is significant for maintaining operational excellence at the base, with a maximum order quantity of $1,000,000 and a total contract ceiling of $10,000,000 over a five-year period, anticipated to commence in March 2025. Interested firms are encouraged to submit their qualifications, including a capability statement and relevant information, to the primary contact at 366CONS.PKB.Construction@us.af.mil.
    Re-palletization and shipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the re-palletization and shipment of pallets currently located at Raytheon Technologies (RTX). The primary objective of this procurement is to repair these pallets and facilitate their shipment to a predetermined location, with the requirement to complete the shipment by April 1, 2025. This contract is critical as it involves the handling of guided missile components, underscoring the importance of maintaining operational readiness and supply chain integrity for defense operations. Interested parties must have access to RTX facilities and can contact Jesse Whinham at jesse.whinham@us.af.mil or 801-775-3237 for further details regarding this sole source Firm Fixed Price contract.
    On-Site Depot Support (OSDS) for AFSOC C-130 Weapon Systems and Support Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for On-Site Depot Support (OSDS) for the Air Force Special Operations Command (AFSOC) C-130 Weapons Systems and Support Systems at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for skilled labor and management services to provide maintenance and modification support for specialized C-130 aircraft over a ten-year period, including a 12-month base year and nine 12-month options. This contract is crucial for ensuring the operational readiness and reliability of AFSOC's fleet, with a total estimated value of $45.5 million. Interested small businesses must submit their proposals by October 16, 2024, and can contact Donna Casey at donna.casey.3@us.af.mil or Raquiel Shell at raquiel.shell@us.af.mil for further information.
    LF Portable Latrines
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the leasing and servicing of portable latrines at F.E. Warren Air Force Base in Wyoming. The contract requires the provision of 150 handicap-accessible portable latrines, which must be cleaned and serviced monthly, with additional services available upon request within 72 hours. This procurement is crucial for maintaining sanitary conditions at military launch facilities, ensuring compliance with safety and environmental standards. Interested small businesses must submit their quotes by October 15, 2024, and can direct inquiries to Ms. Karmella Van Stockum at karmella.vanstockum.1@us.af.mil or Mr. Arthur Makekau at arthur.makekau@warren.af.mil, with an estimated contract value of $9 million over the base year and four optional years.
    North Florida Regional HW Removal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the North Florida Regional Hazardous Waste Removal contract (SP450024R0021). This procurement involves the removal, transportation, and disposal of government-generated hazardous and non-hazardous wastes from military installations in North Florida and within a 50-mile radius. The contract is critical for ensuring compliance with environmental regulations and safe waste management practices, reflecting the government's commitment to responsible hazardous material disposal. Proposals are due by 1500 EST on October 24, 2024, and should be submitted via email to Michelle Watson at Michelle.Watson@dla.mil. Interested parties are encouraged to review the attached documents for detailed requirements and guidelines.