Active Vehicle Barrier Maintenance - Davis-Monthan AFB - Synopsis
ID: FA487725QA008Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Active Vehicle Barrier Maintenance and Repair Services at Davis-Monthan Air Force Base in Tucson, Arizona. The contractor will be responsible for providing preventive maintenance, inspection, and minor repairs for operational vehicle barriers, ensuring compliance with military and federal regulations. This contract is crucial for maintaining the operational readiness and safety of vehicle barrier systems, which play a vital role in base security. Interested small businesses must submit their quotes by October 25, 2024, and can direct inquiries to Edilberto Sampang Jr. at edilberto.sampang@us.af.mil or Jerry L. Sauder at 355CONS.PKBA.Services@us.af.mil. A site visit is scheduled for October 9, 2024, and all questions must be submitted by October 14, 2024.

    Files
    Title
    Posted
    The document is a Combined Synopsis/Solicitation for a Request for Quotation (RFQ) FA487725QA008 regarding maintenance and repair services for Active Vehicle Barriers at Davis-Monthan Air Force Base. The solicitation is targeted towards small businesses and is contingent upon future funding availability. It outlines the various contract line item numbers (CLINs) for services such as preventative maintenance, routine service calls, and emergency service visits over a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract structure. Key requirements include prospective offerors being registered in the System for Award Management (SAM) and emphasizing the importance of adhering to the outlined specifications, such as deadlines for submitting quotes and the evaluation methods based on technical capability and pricing. A site visit date and submission instructions are provided, and prospective contractors must demonstrate their ability to provide technical solutions and past performance references relevant to the contract's scope. The government intends to award the contract to the lowest priced technically acceptable proposal, with specific procedures laid out for proposal evaluation and award decisions. This solicitation reflects standard government contracting practices requiring compliance with federal regulations while ensuring competition among offerors.
    The Performance Work Statement (PWS) outlines the requirements for the Vehicle Barriers Maintenance and Repair Services contract for the 355th Civil Engineer Squadron at Davis-Monthan Air Force Base. The contract is an Indefinite Delivery Indefinite Quantity (IDIQ) agreement focused on preventive maintenance, inspection, and minor repair of vehicle barrier systems, including actuators and control systems, in compliance with military and federal regulations. Key tasks include conducting quarterly preventive maintenance, maintaining cleanliness of equipment, and providing a 24/7 contractor hotline for emergency responsiveness. The contractor is responsible for obtaining technical data and ensuring that repairs are carried out using commercially available parts. A detailed Operations and Maintenance (O&M) Plan must be developed for each gate, and all work must comply with safety and environmental regulations. Contractor personnel must have specific qualifications, including certifications in relevant fields, and adhere to a Voluntary Protection Program for safety. Surveillance of service performance will be conducted by a Contracting Officer Representative (COR) to ensure compliance with the established operational rates. This document serves as a formal request for proposals (RFP) and provides clear outlines for performance standards and reporting requirements, emphasizing the importance of maintaining operational readiness and compliance throughout the service duration.
    The document outlines federal government requests for proposals (RFPs), grants, and local/state RFPs, providing a framework for agencies and organizations to secure funding or contract opportunities. It emphasizes the importance of collaboration among federal, state, and local entities to enhance service delivery and infrastructure across various sectors. Key components include the qualifications required for applicants, specific project scopes, funding limitations, timelines, and evaluation criteria that determine proposals' success. The document is structured to guide potential applicants through the necessary steps, promoting transparency and accountability in the funding process. Overall, it serves as a critical resource for fostering economic development, addressing community needs, and ensuring effective use of public funds through competitive bidding processes.
    The document outlines a pricing schedule for various maintenance and service tasks related to barrier management at DMAFB (Davis-Monthan Air Force Base). It includes line items for quarterly preventative maintenance, routine service calls, emergency service calls, paint/corrosion control, and additional in-scope work, referenced under different Contract Line Item Numbers (CLINs) from 0001 to 4005. Each line item specifies an estimated quantity and price, all indicated as $0.00, suggesting the pricing details have yet to be finalized. The total price section also reflects a zero value. This document is part of a Request for Proposal (RFP) framework aimed at soliciting bids from contractors to fulfill these maintenance needs, emphasizing the structured approach of federal contracts in ensuring service execution and equipment upkeep in government facilities while adhering to budgetary constraints. The summary signifies a preliminary stage in an RFP process, where contractors will be expected to provide proposals meeting these service requirements.
    The document FA487725QA008 outlines federal contracting requirements related to various clauses and provisions applicable to solicitations for goods and services. Key topics include unique item identification, compensation policies for former DoD officials, and requirements for notifying employees about whistleblower rights. The document lists numerous clauses that must be adhered to, emphasizing regulatory compliance in areas such as antiterrorism, cybersecurity, and the prohibition of certain telecommunications equipment. Significant clauses stipulate obligations for contractors regarding item identification, including specifications for unique identification of items with a government acquisition cost of $5,000 or more. It also details the representations and certifications required from offerors, including compliance with federal tax regulations, restrictions on contracting with entities in sanctioned countries, and ownership or control disclosures. This document serves as a comprehensive guide for prospective contractors, ensuring compliance with federal procurement regulations, promoting transparency, and safeguarding national security interests.
    The document is a Wage Determination issued by the U.S. Department of Labor, establishing minimum wage rates under the Service Contract Act for federal contracts in Arizona's Pima County. It includes two executive orders relevant to wage payments: Executive Order 14026, applicable to contracts effective or renewed after January 30, 2022, mandating a minimum hourly wage of $17.20, and Executive Order 13658, for contracts awarded from January 1, 2015, to January 29, 2022, requiring at least $12.90 per hour. A comprehensive wage schedule lists various occupations with their specific hourly rates, alongside required fringe benefits including healthcare allowances, vacation, and holiday pay. Furthermore, the document outlines regulations for paid sick leave, uniform allowances, and pays differentials for hazardous work. Contractors must ensure compliance with these wage standards and can request classification for unlisted occupations through a formal process. This determination is crucial for government RFPs and grants as it ensures fair compensation for workers engaged in federal contracts, fostering compliance and worker protection in public service jobs.
    Similar Opportunities
    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.
    FY25 SABER at Whiteman AFB, MO (FA462524R0004)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Whiteman Air Force Base, Missouri, under Solicitation No. FA462524R0004. The contract will involve providing all necessary labor, materials, and equipment for various construction and maintenance projects, including carpentry, plumbing, roofing, and more, structured as a firm-fixed price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This procurement is crucial for maintaining and improving real property at the base, ensuring operational readiness and safety. Interested contractors must submit their proposals by the specified deadlines, with additional questions due by September 25, 2024, and are encouraged to contact Caleb Kirchhoff or James Bohnenstingel for further information.
    VSFB Vehicle Corrosion Control Services
    Active
    Dept Of Defense
    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, is a total small business set-aside under NAICS code 811121, with a firm-fixed-price contract expected to span five years from December 1, 2024, to November 30, 2029, with an estimated total award amount of $9 million. The services required include comprehensive corrosion control and painting for various vehicles, ensuring compliance with stringent quality and environmental standards. Interested contractors must submit their proposals by October 4, 2024, at 8:00 AM PST, and are encouraged to reach out to primary contacts Tina Cox and William Bumpass for any inquiries.
    FA452824R0011 - SABER IDIQ Minot AFB
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineer Requirement (SABER) contract at Minot Air Force Base (MAFB) in North Dakota. This indefinite delivery, indefinite quantity (IDIQ) contract is specifically set aside for small businesses, with a ceiling of $9.9 million, aimed at facilitating a wide range of construction, maintenance, restoration, and modernization projects on the base. The contract will expedite the award process for task orders ranging from $2,000 to $750,000, ensuring prompt execution of projects critical to the operations of the 5th Bomb Wing and the 91st Missile Wing. Interested contractors must submit their proposals by October 15, 2024, and can direct inquiries to SrA Francesco Haydo at francesco.haydo@us.af.mil or Scott Stauffer at scott.stauffer@us.af.mil.
    Single Source Justification - 12 AF Partition Walls
    Active
    Dept Of Defense
    The Department of Defense, through the 355th Contracting Squadron, is seeking a contractor for the installation of Hufcor-brand wall partitions in Building 70, Room 100, located in Tucson, Arizona. The objective of this procurement is to replicate an existing wall-divider to ensure consistency in functionality and aesthetics within the facility, utilizing manual operation, acoustical folding panel partitions, and all necessary hardware. This project is critical for maintaining operational integrity, as it addresses specific requirements for space utilization and sound management. Interested parties can contact Torin Davis at torin.davis@us.af.mil or by phone at 520-228-4487 for further information regarding this single-source procurement, which is justified due to the limited availability of distributors following the acquisition of Hufcor by Kwik-Wall Company.
    FY25 AIRFIELD PAVEMENT PREVENTATIVE MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the FY25 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. The project involves comprehensive maintenance activities, including spall repair, crack sealing, and reseeding disturbed areas, with a total period of performance of 365 days from the Notice to Proceed. This maintenance is crucial for ensuring the operational readiness and safety of airfield operations, requiring strict adherence to Department of Defense and Air Force regulations, as well as coordination with Security Forces. Interested parties should contact Carl Zahn at carl.zahn.3@us.af.mil or 302-677-5027, or Ms. Omelia Saunders at omelia.saunders.2@us.af.mil or 302-677-5545 for further details.
    NMCC Facility Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force District of Washington, is soliciting proposals for facility maintenance services at the National Military Command Center (NMCC) under solicitation FA701424R0069. The procurement aims to ensure operational readiness and maintenance of critical facility systems, including project management, HVAC, and emergency response capabilities, with a focus on compliance with federal regulations and safety standards. This contract, valued at approximately $47 million over multiple years, is set aside for small businesses, particularly those owned by women, and proposals are due by October 17, 2024. Interested parties can contact Mr. David Warner at david.warner.27@us.af.mil or Ryan Amos at ryan.amos.5.ctr@us.af.mil for further information.
    FA466424R0004 - SABER IDIQ March ARB
    Active
    Dept Of Defense
    The Department of the Air Force is soliciting proposals for the FA466424R0004 - SABER IDIQ contract, aimed at facilitating a range of construction, sustainment, restoration, and modernization projects at March Air Reserve Base in California. This Firm-Fixed Price indefinite delivery, indefinite quantity (IDIQ) contract is specifically set aside for 8(a) Small Businesses, with a ceiling of $7.5 million, and is designed to expedite contract awards by minimizing design work and acquisition lead times for the 452d Mission Support Group Civil Engineers. The contract will encompass various tasks including maintenance, repair, alteration, renovation, and new construction, with prompt execution of task orders being a critical requirement. Interested parties can reach out to Jerimy Bell at jerimy.bell@us.af.mil or Michael Vu at michael.vu.7@us.af.mil for further details.
    Repair Vehicle Search Area, Offutt Air Force Base (OAFB), Nebraska (NE)
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers (USACE) Omaha District, is seeking qualified contractors for a Design-Build project to repair the vehicle search area at Offutt Air Force Base (OAFB) in Nebraska. The project involves demolishing existing facilities and constructing new structures to enhance vehicle control, inspection processes, and security in compliance with Unified Facilities Criteria (UFC) standards. This initiative is crucial for ensuring the safety and efficiency of vehicle inspections at the USSTRATCOM Gate, with an estimated construction cost ranging from $10 million to $25 million. Interested prime contractors with a bonding capability of at least $10 million must submit their responses, including relevant company information and project experience, by October 9, 2024, as the anticipated solicitation is expected to be issued in April 2025.
    IDIQ JOC for Commercial and Institutional Building Construction Projects at Various Government Facilities located within the MCAS Yuma, AZ, AOR and Other Locations as Approved
    Active
    Dept Of Defense
    The Department of Defense, through NAVFAC Southwest, is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on commercial and institutional building construction projects at various government facilities, primarily within the Marine Corps Air Station (MCAS) Yuma, Arizona area. The procurement aims to identify small businesses, including those certified under the SBA 8(a), HUBZone, Women-Owned, and Service-Disabled Veteran-Owned programs, with relevant experience and capabilities to undertake general construction, repair, and renovation projects. The total estimated contract value is $49 million over a potential five-year period, with task orders ranging from $2,000 to $1 million. Interested contractors must submit their qualifications, including project experience and bonding capacity, by 2:00 p.m. local time on October 2, 2024, to Michelle Barlow at michelle.g.barlow.civ@us.navy.mil.