FY25 JBER Packing and Crating Services
ID: FA500024Q00747Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5000 673 CONS LGCJBER, AK, 99506-2501, USA

NAICS

Packing and Crating (488991)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- MOTOR POOL AND PACKING/CRATING: PACKING/CRATING (V003)

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 seeking qualified contractors to provide packing and crating services at Joint Base Elmendorf-Richardson (JBER) in Alaska. The procurement involves a firm-fixed price Requirements contract for the preparation, shipment, and storage of personal property for Department of Defense personnel, divided into three schedules covering outbound, inbound, and intra-city moves across specified geographical areas. This service is crucial for ensuring the efficient relocation and management of military personnel's belongings, adhering to strict compliance and quality standards. Interested parties must submit their quotes by 12:01 PM Alaska Daylight Time on February 10, 2025, and are encouraged to contact TSgt Charles Ramsey at charles.ramsey.8@us.af.mil or Jason Topick at jason.topick.1@us.af.mil for further inquiries.

    Files
    Title
    Posted
    The Defense Transportation Regulation - Part IV outlines the procedures for Direct Procurement Method (DPM) regarding shipments of household goods and unaccompanied baggage for the Department of Defense (DoD). It establishes guidance for preparation, shipment marking, and procurement services, ensuring compliance with Federal Acquisition Regulations. Key points include the process for selecting Transportation Service Providers (TSPs) via the Military Surface Deployment and Distribution Command’s Global Freight Management System, adherence to specific commodity codes for accurate routing, and the requirement for full replacement value insurance for lost or damaged items. Additionally, the regulation details inspection requirements for warehouses, emphasizing fire safety, structural integrity, environmental controls, and pest management to safeguard stored property. Procedures for contracts, documentation, and the role of Personal Property Shipping Offices (PPSOs) in monitoring compliance are also covered, underlining the importance of maintaining high standards in government personal property transportation. Overall, the document serves to enhance the efficiency and safety of military personnel's relocation and storage processes.
    The document appears to contain corrupted or unreadable text, making it challenging to ascertain a clear purpose or topic. However, it reflects typical structures of government-related proposals, possibly including requests for proposals (RFPs), federal grants, or state/local funding opportunities aimed at various projects. Such documents usually outline administrative requirements, funding allocations, and project objectives while emphasizing compliance with regulations and standards. The main focus typically includes improving public services or infrastructure development, highlighted by detailed conditions for submission, evaluation criteria, and anticipated impacts on the community or stakeholders. Since the content is mostly unintelligible, a thorough analysis or extraction of key points is hampered, yet the standard objective of these documents is to solicit proposals that can align with government priorities and funding strategies.
    The document appears to be a corrupted file with jumbled characters and sequences that do not convey coherent information. It lacks discernible structure or content related to government RFPs, federal grants, or state/local RFPs. Given its unreadable state, it is impossible to extract a main topic, key ideas, or supporting details. Additionally, no specific topics concerning governmental proposals or grant applications can be identified within the content. Overall, the file does not serve its intended purpose, and further analysis cannot be conducted due to these issues. It is recommended that the file be reviewed or replaced with a functional version to achieve the analysis goals effectively.
    The document outlines the estimated requirements for government contracting related to household goods (HHG) transportation and storage services from January 1, 2025, to December 31, 2025. It specifies daily capacity requirements divided into outbound, inbound, and intra-city services across five different operational areas near JBER, AK. The document mandates that bidders guarantee daily capabilities equal to or exceeding government minimums, with significant focus on detailed service descriptions for both outbound and inbound logistics. Included are specific tasks such as surveying, packing, unpacking, loading, drayage, and container management, showcasing a structured approach to household relocations for military personnel and their families. Other critical elements involve service conditions for items requiring special handling and considerations of drayage limits beyond standard service areas. Overall, this document serves as a Request for Proposals (RFP) aimed at securing reliable service providers capable of meeting federal transportation and logistics standards while adhering to strict operational protocols and specifications outlined.
    The Defense Transportation Regulation – Part IV outlines the Performance Work Statement (PWS) for the packing, containerization, and local drayage of Direct Procurement Method (DPM) personal property shipments for Department of Defense (DoD) personnel. The contractor is responsible for providing personnel, equipment, and services to prepare personal property for shipment, including tasks like premove surveys, weighing, packing, and unpacking. The document specifies procedures for handling, tagging, and inventorying personal items, detailing the use of government-owned containers and compliance with various standards. Performance metrics include maintaining service quality and adherence to timeliness in pickups and deliveries. The regulation ensures the protection and integrity of personal property during transit while establishing responsibilities for both contractors and the government. This extensive framework facilitates efficient movement of personal property, emphasizing accountability, quality control, and compliance with regulations for domestic and international shipments.
    The document outlines a combined synopsis/solicitation issued by the Department of the Air Force for Packing and Crating Services at Joint Base Elmendorf-Richardson, Alaska. Solicitation number FA5000-24-Q-0074 is a Request for Quotation (RFQ) focused on small businesses, adhering to the North American Industry Classification System (NAICS) code 488991. The project involves a firm-fixed price Requirements contract aimed at preparing and shipping personal properties of Department of Defense personnel across specified geographical areas. The contract is split into three schedules covering outbound, inbound, and intra-city moves, with performance periods from March 2025 through December 2029. Vendors must submit a detailed price schedule for evaluation, with contract awards based on the lowest Total Evaluated Price (TEP). Various clauses, regulations, and requirements are outlined to ensure compliance and accountability, emphasizing the need for proper execution and safety. Additionally, provisions are included for contractor qualifications and responsibilities, ensuring that financial, safety, and regulatory standards are maintained throughout the contract period.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Request for Information (RFI) on installation services to expand and overhaul an existing Protected Distribution System (PDS) on Joint Base Elmendorf-Richardson (JBER), Alaska
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry feedback via a Request for Information (RFI) for installation services to overhaul and expand the Protected Distribution System (PDS) at Joint Base Elmendorf-Richardson (JBER), Alaska. The project involves the removal of outdated fiber optics and the installation of high-density Multi-Fiber Push On (MPO) cables, along with necessary distribution panels and connectors, to alleviate congestion and enhance future capabilities within the facility. This initiative is critical for maintaining secure and efficient communication systems in military operations, ensuring compliance with Department of Defense standards. Interested contractors are invited to submit their responses, including a notice of interest and feedback on the draft Performance Work Statement (PWS), to Mr. Zachery Pullen at zachery.pullen.1@us.af.mil by 1000 Alaska Standard Time on February 11, 2025.
    Outbound Cargo Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide outbound cargo services at Hurlburt Field, Florida. The procurement aims to secure non-personal services, including packing, preservation, and transportation of various cargo types, under the guidance of the Transportation Officer. These services are critical for ensuring the efficient movement of general, special, and high-priority cargo, including hazardous materials, while adhering to military and commercial transportation standards. Interested parties must submit a statement of interest, including company details and relevant experience, by 2:00 PM (Central Standard Time) on September 16, 2024, to the primary contacts, Margaret Peerman and Amy Jenkins, via their provided email addresses.
    JBR050 AKARNG Aircraft Maintenance Hangar
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the construction of a 52,047 square foot Aircraft Maintenance Hangar and Aviation Operations Facility at Fort Richardson, Alaska, for the Alaska Army National Guard (AKARNG). This project aims to provide essential multipurpose space for the maintenance, repair, and major overhaul of military aircraft, including areas for maintenance bays, technical supply, production control, and quality control. The estimated cost for this project ranges between $65 million and $75 million, with a performance period of approximately 1,095 calendar days, anticipated to commence with a notice to proceed on July 1, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available on or about March 27, 2025. For further inquiries, contact Michelle Nelsen at michelle.nelsen@usace.army.mil or Theresa Afrank at theresa.m.afrank@usace.army.mil.
    JBE088 JOINT INTEGRATED TEST AND TRAINING CENTER
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of the Joint Integrated Test and Training Center (JITTC) at Joint Base Elmendorf-Richardson (JBER), Alaska. The project aims to develop a 149,913 gross square-foot facility that will include various simulation and operational spaces, utilities, and site improvements, with an estimated contract value ranging from $250 million to $500 million. This initiative is crucial for enhancing the Army's operational capabilities and commitment to sustainable construction practices. Interested contractors should contact Tammy Davis at tammy.davis@usace.army.mil or Michelle Mandel at MICHELLE.R.MANDEL@USACE.ARMY.MIL, and note that proposals are due by February 18, 2025, at 2:00 PM Alaska Time, following a scheduled site visit on January 17, 2025.
    463L Legacy Cargo Pallets
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year Firm Fixed Price Requirements contract focused on the repair of 463L Cargo Pallets. The contract includes a one-year basic period and four one-year option periods, with a total estimated quantity of 84,000 pallets to be repaired, each capable of transporting up to 10,000 lbs. on military aircraft. These pallets are critical for cargo operations and must meet stringent military specifications, including compliance with MIL-DTL-27443 standards. Interested contractors should note that the solicitation will be issued as a sole source to AAR Mobility Systems, with the Request for Proposal (RFP) available on January 29, 2025, and responses due by February 28, 2025. For further inquiries, potential bidders can contact Wesley Hardy at wesley.hardy@us.af.mil or Timothy G. Hudson at timothy.hudson@us.af.mil.
    Sources Sought Hazardous Waste Removal Alaska
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified contractors for a Sources Sought notice regarding hazardous waste removal services in Alaska. The procurement aims to identify businesses capable of handling the removal, transportation, and disposal of various hazardous waste types, including RCRA hazardous wastes, non-RCRA wastes, and other regulated materials from military installations and surrounding areas within a 50-mile radius. This initiative is crucial for ensuring compliance with environmental regulations and promoting safe waste management practices in military operations. Interested firms must submit a capabilities statement by 5:00 p.m. EST on January 2, 2025, to Michael Mamaty at Michael.Mamaty@dla.mil, with a copy to hazardouscontractswest@dla.mil, including “SOURCES SOUGHT Alaska” in the subject line.
    Eagle Hardware Storefront Services, Warehouse, and Supply Management Kadena AB, Okinawa, Japan
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide storefront services, warehouse, and supply management at Kadena Air Base and other locations in Okinawa, Japan. The contractor will be responsible for managing government-owned property, including tools and maintenance supplies, and ensuring that Eagle Hardware stores remain stocked with essential materials for authorized personnel and Military Family Housing residents. This procurement is critical for maintaining operational efficiency and supporting various maintenance and repair tasks within the military facilities. Interested parties must submit their proposals by February 18, 2025, at 2:00 PM Japan Standard Time, and requests for information are due by February 7, 2025, at 10:00 AM JST. For further inquiries, contact Kurt Stuebs at kurt.stuebs.2@us.af.mil or Marina Joyce Amosin at marinajoyce.amosin.ph@us.af.mil.
    53--PACKING,PREFORMED
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of preformed packing (NSN 5330014399767) under a Combined Synopsis/Solicitation notice. The contract will involve an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000, with an estimated three orders per year and a guaranteed minimum quantity of five units. These packing items are critical for various applications in military logistics, and successful bidders will be required to ship to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    FTQW 23-5100 Repair Hangar Doors (Building 1340 & 1362)
    Buyer not available
    The Department of Defense, through the 354th Eielson Contracting Squadron, is seeking qualified architect-engineer firms to provide design services for the repair of hangar doors at Buildings 1340 and 1362 at Eielson Air Force Base in Alaska. The project involves assessing the inoperable hangar door in Building 1340, conducting hazardous material surveys, and developing comprehensive design documents for the replacement of the hangar doors, with a focus on addressing high maintenance costs associated with existing vertical fabric doors in Building 1362. This procurement is critical for ensuring the operational safety and efficiency of the Air Force's facilities, with a contract timeline requiring the delivery of 100% designed documents within 203 calendar days. Interested firms must submit their qualifications, including the SF-330 form and a Past Performance Questionnaire, by February 19, 2025, and can contact Kimberly Graham at kimberly.graham.3@us.af.mil or Tara Richmond at tara.richmond@us.af.mil for further information.
    Custodial Services, Fort Wainwright, Alaska
    Buyer not available
    The Department of Defense, through the 413th Regional Contracting Office in Alaska, is soliciting proposals for custodial services at Fort Wainwright, Alaska. This procurement is a 100% small business set-aside and seeks a non-personal, Single-Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide comprehensive custodial services across 79 facilities, including child development centers and physical fitness centers. The contractor will be responsible for all personnel, equipment, and supplies necessary to maintain cleanliness and safety standards, with specific performance metrics outlined in the Performance Work Statement (PWS). Interested parties must submit their proposals by the specified deadline and can direct inquiries to Michelle Aguilar at michelle.i.aguilar2.civ@army.mil or Sharon Holloman at sharon.r.holloman.mil@army.mil.