18 LRS Corrosion Control
ID: FA527024R0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5270 18 CONS PKAPO, AP, 96368-5199, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)
Timeline
  1. 1
    Posted Oct 5, 2023 3:53 AM
  2. 2
    Updated Oct 5, 2023 3:53 AM
  3. 3
    Due Nov 9, 2023 2:00 AM
Description

Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is conducting market research for vendor survey purposes only. They are looking for a company that has the capability to provide vehicle corrosion control maintenance service at Kadena Air Base, JPN. The contractor should be able to conduct corrosion removal without hindering the structural integrity of the vehicles and restore equipment in accordance with technical data through metal repair, rework of fiberglass, and plastic structures. The contractor will be responsible for the safety and accountability of all its employees and provide all required personnel protective equipment. If interested, please send your capability statement to 18 CONS.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
18 LRS Corrosion Control
Currently viewing
Sources Sought
Similar Opportunities
200RHS/DET1 Vehicle Corrosion Control Service
Active
Dept Of Defense
The Department of Defense, specifically the Department of the Army, has issued a Combined Synopsis/Solicitation notice for the procurement of Vehicle Corrosion Control Services. This service is typically used for the maintenance and repair of vehicular equipment components, specifically automotive body, paint, and interior repair and maintenance. The procurement is set aside 100 percent for Small Business and the NAICS code that applies is 811121 with a business size of $9M. The services will be performed in Mansfield, Ohio, United States. Interested parties must be within a 70-mile driving distance from the specified locations. The solicitation includes site visit information and interested parties must register in advance to ensure access to the military base. The contract includes multiple Contract Line Items (CLINs) for different vehicles and equipment. The evaluation factors for awarding the contract are Responsiveness, Technical, and Price. All questions regarding the solicitation should be directed to James Kliewer. The deadline for submitting offers is 1:00 P.M. EST on August 6, 2024.
Commercial Solutions Opening - Kadena Air Base, Japan
Active
Dept Of Defense
Special Notice DEPT OF DEFENSE is seeking commercial solutions for Kadena Air Base, Japan. The 18th Contracting Squadron is interested in awarding contracts and funding agreements to nontraditional and traditional defense contractors. The goal is to provide innovative technologies and solutions that enhance the mission effectiveness of military personnel and improve platforms, systems, components, or materials used by the Airmen aboard Kadena Air Base. The first anticipated area of interest is "Non-Invasive Spalling Detection". This special notice will be updated in approximately 30 days with the completed Commercial Solutions Opening solicitation. If you were directed to this page via the Society of American Military Engineers (SAME) conference, please be sure to "follow" this notice.
Sources Sought - Iwakuni 3
Active
Dept Of Defense
The U.S. Marine Corps Air Station in Iwakuni, Japan seeks market information from businesses capable of providing base operating support services. The primary focus is on environmental services, including custodial, pest control, and grounds maintenance. This is a sources sought notice for market research purposes only; it does not constitute a solicitation or official call for proposals. The selected contractor will be responsible for providing all necessary labor, management, and equipment to deliver these services across various facilities at the air base. The contract is expected to run for a base period of one year, with seven additional 12-month option periods and one six-month extension option. The work required includes the following: - Environmental services, studies, and analytical support - General information and management administration Interested parties should submit a Statement of Capability (SOC) to the contact emails provided in the notice. The SOC should include basic company information, SAM and CAGE code registration details, and up to five project references demonstrating relevant experience. The deadline for submissions is 09 August 2024 at 2:00 p.m. JST. It is anticipated that the contract will be awarded on a firm-fixed price, indefinite delivery and quantity basis. The total estimated contract value is around $4 million. All submissions become U.S. government property and will not be returned. Companies are advised that proprietary information will be protected. For more details, interested parties should contact Kristopher Bryant or Ross Yamato via email.
Construct Corrosion Control Facility
Active
Dept Of Defense
The U.S. Department of Defense, specifically the Texas Air National Guard, plans to construct a new Corrosion Control Facility at Joint Base San Antonio – Kelly Field Annex. This pre-solicitation notice is the first step towards awarding a firm-fixed price contract for this construction project, which holds significant importance for the base. The scope of work involves building a facility that caters to aircraft corrosion treatment, repair, and maintenance. This includes the creation of an environmentally controlled area for aircraft washing, corrosion control shops, and administrative spaces. Additionally, the project entails the construction of hangar spaces and airfield pavements. The facility must adhere to DoD design standards and antiterrorism requirements. The work is divided into a Base Bid, which includes the construction of the facility, and four Options for specific features: translucent fiberglass panels, screen walls, an alternate roof, and epoxy flooring. The project also has brand name requirements for fire alarm control panels, HVAC chiller systems, door locks, and a Direct Digital Control (DDC) System, based on their compatibility with the base's existing systems. To participate in the bidding process, applicants must register in the System for Award Management (SAM) and attend the mandatory pre-bid conference. The solicitation is expected to be issued in August 2024, with a bid due date in September 2024. Eligible applicants for this total small business set-aside must fall under the North American Industry Classification System (NAICS) Code: 236220 - Commercial and Institutional Building Construction, with a small business size standard of $45 million. The evaluation of bids will consider factors like technical merit and price to determine the best value for the government. Offerors should be aware of the limitations on subcontracting, as outlined in FAR clause 52.219-14(e)(3). For clarification or questions, interested parties can contact MSgt Mark Green, MSgt Joel Yerkey, or Ms. Amanda Bogue via email. This opportunity is expected to be highly competitive, with multiple potential sources being considered for the construction project. Awardees will be selected based on their ability to meet the project's unique requirements and adhere to the specified timelines.
Okinawa MACC Sources Sought
Active
Dept Of Defense
The Department of Defense is conducting a market survey to identify potential contractors for a Multiple Award Construction Contract (MACC) program on Okinawa, Japan. This program aims to cover a comprehensive range of construction, repair, and installation projects across various military facilities. The scope of work for the awardee will involve construction-related tasks, including but not limited to building barracks, family housing, and operational facilities. The focus is on finding responsible and licensed contractors who can contribute to the MACC program, with the ability to work within Japan's legal and regulatory framework. The selected contractor will be required to possess the necessary business licenses and registration to operate in Japan, as the entire project will be executed within the country. The government seeks to gather information on interested companies through a Capability Statement Questionnaire. This includes basic company details, Japanese business licenses held, and recent past performance experience with the Department of Defense. Additionally, the questionnaire assesses the financial capability of contractors by inquiring about their bonding capacity, which ranges from small-scale projects up to larger endeavors requiring substantial financial backing. To be considered, applicants must be registered in the System for Award Management (SAM) database and submit their Capability Statements by the provided deadline. It's emphasized that this market research does not guarantee a solicitation announcement, and costs incurred by interested parties are the responsibility of the companies themselves. The evaluation criteria will assess the capability statements based on the provided information and determine if the applicant can contribute to the competitive landscape for the MACC program. The Air Force will not disclose information submitted by companies outside the agency, but respondents should be aware of potential data release under the Freedom of Information Act (FOIA). For any clarifications or questions, interested parties can contact Mr. Kurt Stuebs or Mr. Gary Wynder via email. The primary contact email is kurt.stuebs.2@us.af.mil, and the secondary email is gary.wynder@us.af.mil. This opportunity seeks to gather information from potential contractors to ensure a robust and capable supplier pool for the anticipated MACC program on Okinawa, Japan.