FA252125QB058 Replace Dock Leveler
ID: FA2521Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS LGCPATRICK SFB, FL, 32925-3237, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MISCELLANEOUS MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4940)

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 businesses to replace hydraulic and manual dock levelers at Patrick Air Force Base in Florida. The contractor will be responsible for providing all necessary materials, labor, equipment, and supervision to install one hydraulic dock leveler with a 20,000-pound load capacity and one manual dock leveler with a 25,000-pound load capacity, adhering to specified safety and engineering standards. This procurement is crucial for maintaining effective logistics operations and ensuring compliance with safety regulations, with a project timeline of 30 days for completion. Interested vendors must submit their bids by April 10, 2025, and can direct inquiries to Heather Hanks at heather.hanks.2@spaceforce.mil or Ricardo Diaz at ricardo.diaz.14@spaceforce.mil.

    Files
    Title
    Posted
    The solicitation FA252125QB058 is a combined synopsis/solicitation for replacing a hydraulic dock leveler and manual dock leveler, exclusively set aside for small businesses within the NAICS code 811310, with a size standard of $12.5 million. Proposals are being solicited without a formal written solicitation document. The project requires vendors to submit bids including a total price with shipping, technical capabilities, and compliance with various federal regulations. Key deadlines include a site visit on March 25, 2025, a questions due date on March 28, 2025, and the submission deadline for quotes on April 10, 2025. Evaluation criteria for bids will focus on technical acceptability and pricing, with a preference for submissions that demonstrate compliance with Federal Acquisition Regulation (FAR) provisions. The document outlines detailed submission requirements, including representations and certifications and the need for a unique entity identifier. All proposals must address environmental and safety regulations, showcasing the government's effort to engage small businesses in its contracting processes while maintaining compliance with federal laws and promoting transparency.
    The Statement of Work outlines a government request for repairs and installations of hydraulic and manual dock levelers at Building 822, Patrick SFB, FL, with a project timeline of 30 days. The contractor is responsible for providing all materials, labor, and supervision according to specified standards, including the need for a burn permit for any cutting and welding operations conducted indoors. Detailed engineering calculations and signed welding plans by a licensed professional engineer are required. Key tasks include removing existing dock levelers, installing new ones with specified load capacities, providing training for government staff, and submitting various documents for approval, including quality control plans and safety procedures. Acceptance of the work involves inspections documented through the 45 CES Contract Acceptance Report. This project reflects the government's commitment to maintaining effective logistics operations while ensuring compliance with safety and industry standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Patrick Space Force Base - Elevator Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for elevator maintenance services at Patrick Space Force Base in Florida. The procurement involves comprehensive maintenance, repair, and inspection of vertical transportation equipment (VTE), including elevators, escalators, and wheelchair lifts, ensuring their safe and efficient operation in compliance with safety codes and standards. This opportunity is part of a small business set-aside program under NAICS code 238290, with a size standard of $22 million, and interested vendors must submit their capabilities packages by March 19, 2025, to Cynthia Whittaker at cynthia.whittaker@spaceforce.mil. Registration with the System for Award Management (SAM) is required for eligibility in contract consideration.
    Boom Lift
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide a 60-foot boom lift for maintenance tasks related to the KC-46 aircraft at MacDill Air Force Base in Florida. The procurement aims to address the inadequacy of current equipment, which only reaches 45 feet, as the KC-46's rudder height is 59 feet, necessitating a lift with specific performance capabilities, including a platform height of 60 ft 7 in and an unrestricted platform capacity of 500 lbs. This equipment is critical for ensuring the safety and efficiency of aircraft maintenance operations, adhering to operational standards. Interested small businesses must submit a capabilities package by March 17, 2025, and are encouraged to register in the System for Award Management (SAM) database for future updates, with inquiries directed to Jason Camelo at jason.camelo.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil.
    New Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking capability statements from vendors for the procurement of new equipment related to the NASA LAS K-Span project at Patrick AFB, Florida. The required equipment includes various power-driven hand tools such as welders, pressure washers, and hydraulic crimping tools, each with specific salient characteristics outlined in the attached documentation. This procurement is crucial for ensuring operational readiness and compatibility with project objectives, with a required delivery date set for May 30, 2025. Interested parties must submit their capability statements in PDF or Word format by March 18, 2025, to the primary contact, Cynthia Whittaker, at cynthia.whittaker@spaceforce.mil, or the secondary contact, Abigail Muenchow, at abigail.muenchow@spaceforce.mil.
    Surface Drive Vessel
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of an 18 x 54 surface drive vessel to support operations at Cape Canaveral Air Force Station in Florida. This vessel is crucial for anti-terrorism efforts, security zone operations, and disaster response, and must meet specific technical requirements, including a 40 HP motor and advanced navigation and electronic systems. Proposals are due by March 20, 2025, at noon EST, and interested parties should reference solicitation number FA252125QB037 when submitting their bids. For further inquiries, potential offerors can contact the primary representative at 45CONS.PKB.email@us.af.mil.
    SXHT 21-1005 Replace Chiller AHU and Fan Coil Unit
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Firm-Fixed-Price Construction Contract to replace the chiller, air handling units (AHUs), and fan coil units at Building B3659, Patrick Space Force Base, Florida. The project entails comprehensive work, including the demolition of existing equipment, installation of new HVAC systems, and adherence to environmental safety protocols, particularly concerning hazardous materials. This modernization effort is crucial for enhancing operational efficiency and safety at the base, with a contract value estimated between $500,000 and $1 million. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by April 10, 2025, and can direct inquiries to Contracting Officer Abigail Lynagh at abigail.lynagh@spaceforce.mil or by phone at (321) 494-1913.
    SXHT 12-1092 Repair Emergency Power SFS B1319
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair and upgrade of emergency power systems at Facility B1319 located at Patrick Space Force Base in Florida. The project aims to enhance the facility's electrical load capacity, replace the existing automatic transfer switch (ATS), and install new electrical circuits to ensure reliable backup power during outages. This procurement is particularly significant as it is set aside for service-disabled veteran-owned small businesses, reflecting the government's commitment to supporting this demographic in federal contracting. Interested bidders should note that the estimated project cost ranges from $500,000 to $1,000,000, with a performance period of 180 days, and bids are expected to open around March 18, 2025. For further inquiries, potential bidders can contact 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Eugenia A. Faulkner Russell at eugenia.faulknerrussell@spaceforce.mil.
    Replace FCU & AHU B1317
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for a Firm-Fixed-Price Construction Contract to replace the Fan Control Units (FCUs) and Air Handling Units (AHUs) at Building 1317, Patrick Space Force Base, Florida. The project involves the removal of existing HVAC equipment, installation of new units, and associated ductwork and piping, all while adhering to Florida Building Codes and environmental safety standards. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value between $100,000 and $250,000. Proposals are due by April 1, 2025, at 9:00 AM EST, and interested contractors should direct inquiries to SSgt Cassidy Richburg at cassidy.richburg@spaceforce.mil or Stephen Ortiz-Gonzalez at stephen.ortiz-gonzalez@spaceforce.mil.
    Install 5 Dok Lok's for DDSP
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting quotes for the installation of five Dok Lok trailer restraints at its DLA Distribution facility in New Cumberland, Pennsylvania. This procurement aims to enhance employee safety and prevent equipment damage by securing trailer connections, with contractors responsible for all labor and materials while adhering to federal regulations and safety protocols. The selected vendor must deliver and install the restraints within 30 days of order placement, with the solicitation closing on March 18, 2025, at 1:00 PM EST. Interested parties should submit their quotes electronically to Ms. Adrienne Hawkins, and compliance with technical requirements will be evaluated alongside pricing.
    NAF - Pontoon Boats and Trailers
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified vendors to provide two 2025 Bennington 22SLSP pontoon boats and two tandem-axle pontoon boat trailers for use at Hurlburt Field, Florida. The procurement includes specific requirements such as 90 HP Yamaha 4-stroke outboard engines, black-painted pontoon bottoms, heavy-duty rub rails, and fully vinyl flooring, with a brand name or equal specification. This acquisition is crucial for operational support and recreational activities, ensuring that the Air Force has reliable and high-quality watercraft. Interested parties must submit their written offers by March 21, 2025, at 3:00 PM CST, and should contact Kodei Calvin at kodei.calvin@us.af.mil or Patrick O. Eldridge at patrick.eldridge.1@us.af.mil for further information.
    VIRTUAL INDUSTRY DAY: Department of State, Bureau of International Narcotics and Law Enforcement, Patrick Space Force Hangar Renovations
    Buyer not available
    The Department of Defense, through the Bureau of International Narcotics and Law Enforcement, is seeking contractors for the renovation of Hangar 985 and Building 986 at Patrick Space Force Base in Florida. The project involves a comprehensive gutting and refurbishment of Hangar 985, expanding its operational space by approximately 4,000 square feet, while Building 986 will receive upgrades to enhance functionality and address health hazards such as mold. This initiative is part of a federal investment aimed at improving infrastructure to support operational capabilities, with a government contract award anticipated in March 2026. Interested parties should contact Isis Hill at isis.s.hill@usace.army.mil or Walter Love at walter.d.love@usace.army.mil for further details and to discuss project timelines and risk mitigation strategies.