44 MED Monument Relocation on Fort Liberty
ID: PANMCC-24-P-0000-025572Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FDO FT LIBERTYFORT LIBERTY, NC, 28310-0000, USA

NAICS

Specialized Freight (except Used Goods) Trucking, Local (484220)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER (V119)

Set Aside

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

    The Department of Defense, through the Mission and Installation Contracting Command at Fort Liberty, North Carolina, is seeking qualified small businesses to provide specialized freight trucking services for the relocation of a granite monument for the 44th Medical Brigade. The procurement involves the assessment, removal, transportation, and installation of the monument, which measures approximately 6 feet in length, 2 feet in width, and 5 feet in height, including its base, with the existing concrete slab at the new site remaining in place. This initiative underscores the importance of preserving memorials and ensuring their compliant relocation, reflecting the government's commitment to engaging small businesses in federal contracts while adhering to specific performance and safety standards. Interested parties must submit their quotes by September 23, 2024, with the performance period commencing on September 30, 2024; for further inquiries, contact Amanda Foster at amanda.l.foster22.civ@army.mil or Robert Mayer at robert.w.mayer19.mil@army.mil.

    Files
    Title
    Posted
    The document pertains to the relocation of the 44th Memorial, providing information about its current and new location. It outlines the route of movement for the memorial and includes visual documentation in the form of pictures. The focus appears to be on the logistics involved in the relocation process. While specific details about the rationale for the move or additional context regarding state or local RFPs and grants are not mentioned, the organization and planning reflected suggest a government initiative aimed at preserving or enhancing the memorial's visibility and accessibility. The incorporation of memorial pictures indicates a visual component likely intended for stakeholder communication or public engagement as part of the transition process. Overall, the purpose revolves around effective relocation management and documentation of the 44th Memorial’s new positioning within the community or public sphere.
    The document outlines details regarding the relocation of the 44th Memorial. It includes the current and new locations for the memorial, the route for its movement, and specifications regarding the memorial's dimensions, which are approximately 6 feet in length, 2 feet in width, and 5 feet in height, including its base. Additionally, there are references to memorial pictures, although these are not included in the content. This information is likely intended for stakeholders involved in the organization, planning, or funding of the memorial's relocation. The context suggests a focus on logistical planning for public memorials, possibly aligning with federal grants or state/local RFP requirements for heritage and cultural projects. Overall, the document serves as a concise planning reference for the memorial's future placement and transportation logistics.
    The document is a Combined Synopsis/Solicitation for Request for Quote (RFQ) from the Mission and Installation Contracting Command at Fort Liberty for the 44th Medical Brigade. Issued on September 17, 2024, with a closing date of September 23, 2024, it seeks commercial items under FAR Subpart 12.6. The acquisition is a 100% small business set-aside, with the associated NAICS code 484220 for specialized freight trucking. The primary requirement involves the assessment, removal, transport, and installation of a monument with a gravel base, with a single job being requested under a firm fixed price contract. The work must satisfy the Statement of Work and Quality Assurance Surveillance Plan, conducted at Fort Liberty, NC, beginning on September 30, 2024. The solicitation includes various clauses and provisions, emphasizing compliance with federal regulations, including restrictions related to covered telecommunications equipment and various certifications required for bidders. This RFQ reflects the government’s ongoing commitment to engaging small businesses in fulfilling contractual obligations while ensuring that all activities conform to federal acquisition standards and requirements, particularly in terms of transparency and accountability.
    The document is a combined synopsis and solicitation for a Request for Quote (RFQ) issued by the Mission and Installation Contracting Command at Fort Liberty, NC, aimed at acquiring specialized freight trucking services for the removal, transport, and installation of a granite monument for the 44th Medical Brigade. The solicitation mandates compliance with federal acquisition regulations and is structured as a total small business set-aside, specifically targeting businesses with a size standard of $34 million. The key service details include the requirement to meet the Statement of Work (SOW) and Quality Assurance Surveillance Plan (QASP) while working closely with brigade representatives. Quotes must be submitted by September 23, 2024, with a performance period starting September 30, 2024. Various clauses regarding compliance with telecommunications and video surveillance services regulations are included, reflecting the government’s focus on maintaining security and integrity in contracting processes. The document underscores the government's continuous effort to engage small businesses in federal contracts while ensuring adherence to specific performance and safety standards.
    The document pertains to the relocation of a monument, detailing specific aspects of the task through a series of questions and answers. Key information includes the monument's dimensions of approximately 6ft in length, 2ft in width, and 5ft in height, which includes its small granite base. It clarifies that the existing concrete slab at the relocation site will remain in place and that a new gravel base from the contractor is not necessary since the site is already prepared with a concrete surface. Updated details in the Statement of Work reflect these clarifications. This RFP is part of a broader government initiative to ensure the careful and compliant relocation of memorials, emphasizing the importance of existing infrastructure at relocation sites, and highlighting the contractor’s specific responsibilities in this process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Concrete Removal and Disposal Services at Fort Meade, MD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide concrete removal and disposal services at Fort Meade, Maryland, associated with the de-installation of an AN/FSC-78 Satellite Antenna. The contractor will be responsible for transporting up to 40,000 pounds of steel-reinforced concrete slabs, managing the loading, transportation, and disposal processes, while ensuring compliance with safety and environmental regulations. This contract is crucial for maintaining infrastructure at the Army base and is set for a duration of one to five days, scheduled between October 1 and October 31, 2024, with a bid submission deadline of September 26, 2024. Interested parties should submit their quotes via email to Megan Jones at megan.jones5.civ@army.mil, adhering to the requirements for small business set-asides, including participation from service-disabled veteran-owned and women-owned small businesses.
    Solicitation for Concrete Jersey Barriers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Commanding General of the Department of the Navy, is soliciting bids for the procurement of concrete jersey barriers at Marine Corps Base (MCB) Camp Lejeune, North Carolina. The requirement includes the delivery of 200 four-foot and 300 ten-foot plain concrete jersey barriers, adhering to specific dimensions and standards set by the North Carolina Department of Transportation. These barriers are crucial for enhancing site security and operational readiness at military installations. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by 11:00 AM on September 20, 2024, and can direct inquiries to Robert Anderson at robert.anderson@usmc.mil or call 910-451-3011.
    BEJ Overlook Fence Installation
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for the installation of a precast concrete fence at the B. Everett Jordan Dam in Moncure, North Carolina. The project involves the removal of an existing wooden fence and the installation of a 640-foot fence, with all labor, supervision, and materials provided by the awarded contractor. This installation is crucial for enhancing public safety and maintaining secure facilities, reflecting the government's commitment to compliance with federal regulations. Interested small businesses must submit both a price quote and a technical proposal via email by September 23, 2024, following a mandatory site visit on September 5, 2024. For further inquiries, contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Jenifer Garland at jenifer.m.garland@usace.army.mil.
    M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) with a capacity of 40 tons. This procurement is set aside for small businesses and aims to fulfill the Army's requirements for transporting construction equipment effectively. The RFP closing date has been extended to September 23, 2024, at 1 PM EST, and interested parties should note that certain pricing details and eligibility requirements have been clarified in the associated RFP document. For further inquiries, potential bidders can contact Mike Daubenmeyer at michael.f.daubenmeyer.civ@army.mil or Danial A. Davidson at daniel.a.davidson12.civ@army.mil, with the latter also reachable by phone at 571-588-9401.
    Z--NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the restoration of the Samuel Gompers Statue and the Edmund Burke Memorial located at the National Mall in Washington, DC. The project aims to provide cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation to restore both memorials to a preserved state. This initiative underscores the importance of preserving national heritage and ensuring that significant monuments continue to honor American history, accommodating approximately 25 million visitors annually. Interested small businesses must submit their proposals by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Dr. Bophany Drakeford at BophanyDrakeford@nps.gov or by phone at 202-619-6357.
    NTC 25-02 36K Forklifts Subject to Availability of Funds
    Active
    Dept Of Defense
    The Department of Defense, through the Army's MICC Fort Cavazos, is seeking bids for the rental of three 36K Forklifts, with a focus on supporting small businesses under a Total Small Business Set-Aside contract. The procurement requires the delivery of fully operational forklifts to Fort Irwin, California, ensuring compliance with safety and environmental regulations, and includes a performance period from October 8 to November 27, 2024. This equipment is crucial for military logistics and training operations at the National Training Center, emphasizing the government's commitment to quality and regulatory compliance. Interested contractors must submit their quotes by 11:30 AM Eastern Time on August 30, 2024, and can reach out to Dale Patterson or SSG Ben Shepherd for further inquiries.
    Public Affairs Office (PAO) Cubicle Removal, Disposal, and Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking bids for the removal, disposal, and installation of office cubicles at the Nashville District Public Affairs Office in Tennessee. The contractor will be responsible for providing all necessary personnel, materials, and equipment to remove existing cubicles and install new furniture, including four 8' x 8' cubicles with features such as sit-stand electric desks and overhead storage. This procurement is part of a Firm-Fixed Price Supply Contract, which is set aside exclusively for small businesses, with the goal of awarding the contract to the lowest priced, responsive, and responsible offeror. Interested parties must submit their quotes electronically by the specified deadline and direct any questions to Kerri Broglin at kerri.d.broglin@usace.army.mil by September 17, 2024, with all work to be completed within 90 days of contract award.
    MOVING SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide moving services at the Corpus Christi Army Depot in Texas. The objective is to relocate office-related supplies and equipment from designated buildings to the newly constructed Administrative Annex facility, with service dates to be coordinated with the Contracting Officer's Representative. This procurement is crucial for ensuring a smooth transition and operational continuity for the Army's needs, adhering to federal standards and regulations. Interested parties must submit their proposals, including technical and pricing information, by 1:00 PM on October 1, 2024, and are encouraged to attend a site visit scheduled for September 24, 2024. For further inquiries, contact Terry B. Clark at terry.b.clark4.civ@army.mil or call 361-961-6489.
    WRECKER, 35 TON INTEGRATED RECOVERY BOOM AND UNDERLIFT
    Active
    Dept Of Defense
    The Department of Defense, through the 11th Contracting Squadron of the Air Force, is seeking bids from qualified small businesses for the procurement of a 35 Ton Wrecker with an integrated recovery boom and underlift, under solicitation number FA706024Q0025. The wrecker must meet specific technical specifications, including a minimum engine performance of 500 hp and a gross vehicle weight rating of at least 60,000 lbs, and must be delivered to Joint Base Anacostia-Bolling, Washington, D.C., within 120 days of order receipt. This procurement is crucial for enhancing the operational capabilities of the military's vehicle recovery fleet. Interested vendors must submit their proposals electronically by September 18, 2024, and direct any inquiries to J. Brandon La'Pierre at jerome.lapierre.1@us.af.mil or Gregory Bishop at gregory.bishop.8@us.af.mil, noting that no award will be made until funds are available.
    Material Handling Equipment Lease 10K Forklifts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Mission & Installation Contracting Command (MICC) at Fort Bliss, Texas, is soliciting bids for the lease of eighteen (18) 10,000-pound forklifts to support military operations at Fort Bliss, Fort Cavazos, and Fort Liberty. The contract requires the provision of forklifts without operators, along with maintenance services every 500 operating hours, in accordance with the attached Performance Work Statement (PWS). This procurement is critical for addressing equipment shortages essential for deployment operations and ensuring operational readiness within the Army's logistics framework. Interested small business firms must submit their bids by September 19, 2024, and can direct inquiries to Hasan Williams at hasan.j.williams.mil@army.mil or Jenny Cisneros at jenny.a.cisneros.mil@army.mil.