Tyndall AFB Transportation Services
ID: FA800324Q0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8003 771 ENTERPRISE SOURCING SQWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Charter Bus Industry (485510)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER MOTOR CHARTER (V222)

Set Aside

SBA Certified Economically Disadvantaged WOSB (EDWOSB) Program Sole Source (FAR 19.15) (EDWOSBSS)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of VS-17 Signal Panels, with a total small business set-aside under FAR provisions. The requirement includes the purchase of 32 panels in an orange/cerise color, each measuring 66 inches wide by 17 inches tall, which are essential for signaling and identification purposes in various military operations. Quotes are due by September 20, 2024, with a delivery timeline not exceeding 90 calendar days post-award, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Christian Takai at christian.takai@us.af.mil or Tania Vazquez Gallardo at tania.vazquez_gallardo@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The addendum supplements the instructions for offerors responding to a firm-fixed price solicitation. It emphasizes the requirement to submit quotes electronically by a strict deadline, providing quote preparation instructions and emphasizing the need for clarity and conciseness. Offerors must complete the pricing schedule and relevant certifications, with submissions limited to five pages. The government plans to evaluate quotes without discussions, encouraging offerors to submit their best initial terms. Clarifications may be sought for certain aspects, but no multiple awards will be considered. This addendum aims to ensure a timely and equitable evaluation process, and offerors are responsible for ensuring their quotes are received. Key dates include the submission deadline of August 05, 2024.
    The 801st REDHORSE Training Squadron seeks a contractor to provide recurring bus transportation services for its Silver Flag Exercise Site at Tyndall AFB, Florida. The primary objective is to facilitate travel between the base and Northwest Florida Beaches International Airport (ECP) for upcoming training courses. The scope entails providing vehicles with specific features and capabilities to transport students, adhering to strict timing schedules outlined for Silver Flag, Runway Damage Repair (RDR), and Combat Support Training Range (CSTR) courses. Course schedules are provided in advance, and the contractor is responsible for ensuring timely pick-ups and drop-offs, maintaining vehicle safety and cleanliness, and adhering to base security protocols. Quality control and assurance measures are in place, with the government evaluating contractor performance against set thresholds. The contract is likely to be firm-fixed-price, with invoicing occurring for each completed course event. Key dates span from September 2024 to September 2025 and are detailed in the attached schedules. This information is critical for vendors to understand the timing and scope of their potential involvement.
    The Tyndall AFB Transportation Services solicitation seeks a provider for charter bus services. The base year and three option years are outlined, focusing on cost per hour for these services. The solicitation specifies detailed requirements for the buses, including seating capacity, accessibility, and safety standards. Vendors will be evaluated based on their ability to meet these requirements and their proposed costs. The contract, with an estimated value of $4 million for the base year, is firm-fixed-price. Deadlines for submission and site visits are also provided. The key objective is to procure reliable and safe charter bus transportation, with the potential for a long-term partnership.
    The primary objective of this procurement is to obtain bus charter services for the 801st REDHORSE Training Squadron. The services are required to transport personnel between Tyndall Air Force Base and Northwest Florida Beaches International Airport. The base period covers 32 trips annually from September 2024 to August 2025, with four optional periods extending the contract until August 2029. The solicitation seeks quotes from women-owned small businesses for these recurring transportation services, emphasizing timely and efficient operations. The government will award the contract based on the lowest price among responsible offerors. Bids must be submitted by the afternoon of August 5, 2024, for consideration. This summary provides a concise overview of the procurement's key details, focusing on the objective, relevant timelines, and evaluation criteria. It highlights the core requirements and processes while omitting administrative details for brevity.
    The primary objective of this procurement is to obtain bus charter services for the 801st REDHORSE Training Squadron. The services are required to transport personnel between Tyndall Air Force Base and Northwest Florida Beaches International Airport. This is to support Silver Flag, Runway Damage Repair, and Combat Support Training Ranges programs. The period of performance spans four years, with each year considered an option period. The government seeks a firm-fixed-price contract for these services. The pricing schedule outlines costs per line item, with each line item representing a one-year period. The total estimated value of the contract is $19 million. The solicitation for these services requires responses by 4:30 PM on August 8, 2024. Offerors must complete annual representations and certifications, as well as additional clauses, incorporated within the solicitation. These include DFARS and FAR clauses on various topics, such as labor standards, equal opportunity, and payment terms. Evaluation of proposals will consider past performance and price, with past performance being significantly more important.
    The primary objective of this procurement is to acquire transportation services for a military base, specifically related to picking up and dropping off airmen for various training courses. The focus is on providing efficient and timely transportation for a significant number of passengers. These services are required to support the base's training operations, ensuring the smooth movement of personnel. The key goods being procured are bus services, with a specific emphasis on accommodating the stated passenger counts for each course. The contractor will determine the number of buses required, based on real-time information shared by the government regarding passenger arrival times. This flexibility is crucial to adapt to changing needs. The maximum passenger count mentioned in the document is 400 people for the CSTR course, 250 for Silver Flag, and 90 for RDR. The scope of work involves two key tasks. First, picking up passengers from the airport and transporting them to the training site, and second, returning them to the airport at the end of the training. The contractor must ensure adequate bus allocation for these trips, adapting to the government's requirements and the dynamic nature of the training schedule. According to the document, the contract type is unspecified, and the estimated value is not provided. However, the emphasis on answering questions about bus requirements indicates a service-based procurement. Important dates include the expected airport pick-up days, which are currently scheduled for Fridays, with returns on Mondays. The contractor will receive 24-hour advance notice for pick-up times. The evaluation criteria are not explicitly mentioned, but it's reasonable to assume that the quality and reliability of the transportation services, including the ability to adapt to changing schedules, will be critical factors in the evaluation process. Cost-effectiveness and timely execution are likely to be additional key considerations.
    The 801st REDHORSE Training Squadron seeks a contractor to provide recurring bus transportation for its training courses. The primary objective is to ensure efficient and timely transport for students attending various courses at Tyndall AFB, FL, and the Northwest Florida Beaches International Airport (ECP). The buses should be well-maintained, equipped with safety features, and operated by a professional driver. They must adhere to strict cleanliness and safety standards. Pick-up and drop-off schedules are detailed for different training courses, with a focus on timely and efficient services. The contract will be evaluated based on timely performance, bus cleanliness, and safety records. Contractors must also adhere to base security protocols and report any incidents promptly. This performance-based requirement aims to support the squadron's training operations smoothly and reliably. interested vendors must submit their proposals before the stated deadline, with a focus on providing a high-quality, efficient transportation service.
    This document is a combined synopsis and solicitation (FA800324Q0002) for the procurement of 16 VS-17 Signal Panels in orange/cerise color, intended for Wright-Patterson Air Force Base. It is a total small business set-aside, under NAICS code 315990, with a maximum performance period of 90 days post-award. Quotes are required by 20 September 2024, and questions by 17 September 2024. The delivery is FOB destination to Fort Bliss, TX. Offers must include a single-page description demonstrating understanding of the requirement and a separate price proposal excluding tax. Evaluation will utilize Lowest Price Technically Acceptable (LPTA) criteria, focusing on compliance with solicitation requirements. Validation through System for Award Management (SAM) registration is mandatory, and funds availability is a prerequisite for contract award. Key contact persons for inquiries and submissions are provided. The solicitation outlines the applicable provisions, clauses, and necessary certifications. The document is a standard federal procurement request, ensuring compliance, fair competition, and adherence to legal obligations in acquiring commercial products and services.
    The document outlines a solicitation for the procurement of VS-17 Signal Panels by Wright-Patterson Air Force Base, specifically requesting quotes under solicitation FA800324Q0002. It emphasizes that this is a total small business set-aside, guided by FAR provisions, and highlights the associated NAICS code 315990 for apparel manufacturing. The requirement includes the purchase of 32 VS-17 Panels in an orange/cerise color, with specifications for size (66 inches wide by 17 inches tall). Quotes are due by September 20, 2024, with a delivery date not exceeding 90 calendar days post-award. The evaluation criteria for bids follow a Lowest Price Technically Acceptable (LPTA) approach, requiring contractors to demonstrate their understanding of the requirement and provide a price proposal without tax. The document also highlights the necessity for contractors to be registered in the System for Award Management (SAM) and outlines various clauses applicable to the procurement process. Importantly, it states that awards are contingent upon the availability of funding, and the government reserves the right to cancel the solicitation at any time. This solicitation reflects the government's strategic procurement processes, emphasizing compliance, competitive bidding, and supporting small businesses in federal contracts.
    Procurement Objective: The primary objective of this procurement is to acquire a comprehensive English language learning solution for adult immigrants. The focus is on developing listening and speaking skills, with an emphasis on interactive and engaging methods. The solution should be adaptable to various language proficiency levels. Specifications and Requirements: The preferred solution will leverage technology, such as digital platforms or applications, to deliver interactive content. It should cater to beginners and intermediate language learners, with customization options for different proficiency paths. Scope of Work: The vendor will provide an end-to-end solution, covering content creation, technology platform development, and ongoing support. This includes designing interactive lessons, creating audio/visual materials, and ensuring regular updates and maintenance. Contract Details: The contract is anticipated to be a firm-fixed-price agreement, estimated at a total value of $500,000-$750,000. Key Dates: Expressions of Interest (EOI) are due within four weeks, followed by a detailed proposal submission deadline eight weeks after EOI selection. Project implementation would ideally begin in mid-Q3. Evaluation Criteria: Proposals will be evaluated based on their effectiveness, interactivity, and adaptability of the language learning solution, with particular attention to the vendor's ability to deliver an engaging and tailored experience. Cost and delivery timelines are also important evaluation factors. Here is the second file: Procurement Objective: The city is seeking proposals for the design and construction of a new community center, focusing on energy efficiency and environmental sustainability. The center will provide multi-purpose spaces for gatherings, activities, and events supporting the local community. Specifications and Requirements: The building must adhere to LEED Gold certification standards, incorporating renewable energy features like solar panels and efficient HVAC systems. Specific spaces required include a large multi-purpose hall, smaller meeting rooms, and a commercial-grade kitchen. Scope of Work: Bidders will design and construct the community center, including site preparation, building construction, and final inspections. This also involves integrating energy-efficient features and technologies throughout the facility. Contract Details: The contract will likely be awarded as a lump-sum, fixed-price arrangement, estimated at $20-$25 million. Key Dates: Pre-bid meetings are scheduled for early Q2, with bid submissions due in mid-Q2. A preferred vendor could be selected as early as late Q2.  Evaluation Criteria: Submissions will be evaluated on price, with technical merit and past performance also considered. The city reserves the rate to award the contract based on the most advantageous proposal. Okay, go ahead and provide me with the concise summaries for each of these files.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Solicitation
    Similar Opportunities
    16--PANEL,CONTROL,ELECT
    Active
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of 10 units of the NSN 1680015785756, specifically a CONTROL PANEL, ELECT. This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses have the opportunity to compete for this contract. The items are critical components used in aerospace applications, highlighting their importance in maintaining operational readiness and support for military aircraft. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil. The deadline for quote submission is 20 days after the award date.
    62--PANEL,INDICATING,LI
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of indicating panels, specifically NSN 6220014171786, with a total quantity of 5 units to be delivered to DLA Distribution Warner Robins. The procurement includes two lines: four units to be delivered within 394 days and one unit within 180 days after order. These indicating panels are critical components used in various military applications, ensuring operational readiness and functionality. Interested vendors, particularly small businesses as this opportunity is set aside under FAR 19.5, must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    16--PANEL,CONTROL,ELECT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of five units of the NSN 1680015785743, specifically a control panel (PANEL, CONTROL, ELECT). This solicitation is a total small business set-aside, emphasizing the importance of supporting small enterprises in the defense supply chain. The selected vendor will be responsible for delivering the specified items to the Director of Depot Supply within 20 days after the order is placed. Interested parties must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    16--CONTROL PANEL,AIRCR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of control panels for aircraft, specifically NSN 1680016720163. The solicitation includes a requirement for four units to be delivered to DLA Distribution San Joaquin within 316 days after order and one additional unit within 30 days. These control panels are critical components in aerospace applications, ensuring the operational functionality of aircraft systems. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    NSN 6695-01-537-4677, PANEL, INDICATOR, (CAGE 0SML3, 72914), P/N: 80-0467-23
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of eight units of the NSN 6695-01-537-4677, Panel, Indicator, with part number 80-0467-23. This acquisition is classified as an unrestricted procurement, and the delivery is expected within 447 days after receipt of order, with inspection and acceptance occurring at the origin. Interested vendors must be registered in the System for Award Management (SAM) and are advised that if their offer exceeds $750,000, a subcontracting plan and certified cost and pricing data will be required. The solicitation is anticipated to be issued around September 26, 2024, with a closing date on or about October 25, 2024. For further inquiries, potential bidders can contact Calesha Turner-Aaron at 804-837-2724 or via email at calesha.turner-aaron@dla.mil.
    15--WINDSHIELD PANEL,AIRCR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 15 units of the Windshield Panel for aircraft, identified by NSN 1560001337157. This solicitation is a Total Small Business Set-Aside, aimed at sourcing these critical components which are essential for maintaining the operational readiness of military aircraft. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within 169 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    16--PANEL,CONTROL,ELECT
    Active
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of four units of the NSN 1680015785743, specifically a CONTROL PANEL, ELECT. This solicitation is part of a combined synopsis/solicitation process, and the approved source for this item is identified as 26548 MT03396100-202. The control panel is a critical component in aerospace applications, emphasizing the importance of reliable supply for defense operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is set for 20 days after the award date.
    61--PANELZREMOTEZCONTRL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of six units of the NSN 6110015800680 PANELZREMOTEZCONTRL. This solicitation is a Total Small Business Set-Aside and aims to acquire essential electric control panels, which are critical for various military applications and power distribution equipment. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery to DLA Distribution Puget Sound is set for 147 days after award. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    15--WING PANEL,ARMORED
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of armored wing panels, specifically NSN 1560-01-181-9269, with an estimated quantity of four units. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, emphasizing the importance of these components for military aircraft. Interested vendors must ensure that their products meet the specified drawing requirements and submit their quotes electronically, as hard copies will not be available. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and the solicitation details can be accessed through the DLA's website.
    25--TRANSPARENT PANEL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 19 units of a Transparent Panel, identified by NSN 2540015395179. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated three orders per year and a guaranteed minimum quantity of two. The items are critical for vehicular equipment components and will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to DibbsBSM@dla.mil, as hard copies of the solicitation are not available.