EAGLE Ft. Bliss, TX, W519TC-25-R-0007
ID: W519TC25R0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)
Timeline
    Description

    The Department of Defense, specifically the Army, is soliciting proposals for logistics support services under the Enhanced Army Global Logistics Enterprise (EAGLE) initiative at Fort Bliss, Texas, through Solicitation W519TC-25-R-0007. The contract encompasses maintenance, supply, and transportation services, requiring contractors to adhere to stringent federal regulations while ensuring efficient and cost-effective operations. This procurement is vital for maintaining operational readiness and supporting the Army's logistical needs, with a contract type of Cost Plus Fixed Fee and potential extensions up to five years. Interested offerors must submit their proposals electronically by the specified deadline, and for further inquiries, they can contact Bailey Albrecht at bailey.k.albrecht.civ@army.mil or Larry Kemp at larry.v.kemp.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for logistics support services at Fort Bliss, TX, designated by Solicitation # W519TC-25-R-0007. It details the responsibilities of the Army Field Support Battalion (AFSBn) at the installation, emphasizing the need for efficient, cost-effective logistics support across maintenance, supply, and transportation services. The contractor is tasked with adhering to stringent federal regulations while providing these services in line with evolving Army operations. Key points include contractor personnel requirements, physical security measures, quality control standards, and environmental safety compliance. The scope of work involves operational support in various areas, including materiel management, transportation, and supply chain operations, particularly focusing on responding to dynamic workload demands while maintaining high standards of accountability and reporting. Additionally, the document stresses the contractor's role in implementing measures to ensure safety, security, and operational effectiveness while facilitating seamless transitions between contractors and government personnel. Overall, this PWS aims to support the Army's logistical needs while maintaining rigorous oversight and compliance with applicable laws and regulations.
    The Government RFP document pertains to staffing requirements for the AFSBn Bliss program, detailing proposed hours per Full-Time Equivalent (FTE) across multiple functional areas, including Maintenance, Supply, and Transportation for both the base and option periods. It stipulates labor categories, FTE counts, and the necessity for submitting a compliant Staffing/Labor Mix attachment that aligns with Project Work Statement (PWS) requirements. The document emphasizes the need for a comprehensive staffing approach that showcases an understanding of the effort needed to fulfill identified workload requirements, with specific compliance metrics clearly outlined. Additionally, it includes criteria for proposing hours per employee type, referencing regulations pertaining to subcontracting agreements (CBA), Service Contract Act (SCA), and clearances for certain positions. The ultimate goal of the RFP is to ensure that the proposals demonstrate adequate staffing to meet operational capabilities of the program while adhering to federal standards and compliance requirements. This process is critical for evaluating contractor proposals in government contract awarding.
    The document serves as a performance questionnaire for Offerors responding to RFP W519TC-25-R-0007, outlining requirements for assessing past performance in federal contracts. It underscores that this is the sole opportunity for Offerors to address any negative performance issues encountered on relevant contracts. Key instructions include filling out a separate questionnaire for Prime contractors and significant subcontractors, detailing information such as contract descriptions, performance areas (e.g., Transportation/Supply/Maintenance), average annual dollar values, contractor roles, and period of performance. Offerors must disclose any past performance issues, including relevant contracts with performance problems or terminations for default. They are required to provide detailed accounts of issues, corrective actions taken, and verification contacts to confirm the effectiveness of the measures implemented. The document is structured to elicit comprehensive information regarding past performance to facilitate government evaluation of Offerors' reliability and capability to fulfill contract requirements. It highlights the importance of transparency in addressing any previous deficiencies to secure future contracting considerations.
    The document is a consent letter from a subcontractor involved in the Enhanced Army Global Logistics Enterprise (EAGLE) initiative, specifically for logistics services at Fort Bliss, Texas. It addresses the Procuring Contracting Officer, Larry V. Kemp, confirming the subcontractor's participation in the Request for Proposal (RFP) W519TC-25-R-0007. The subcontractor grants the government permission to discuss and release their current and past performance information with the prime contractor during the evaluation process. The letter underscores the importance of transparency in contract performance assessments, illustrating the contract's collaborative nature. Additionally, the signer affirms their authority to bind the company legally, thereby reinforcing the commitment to the government's assessment procedures. This document is pivotal in demonstrating compliance with federal contracting protocols while enhancing communication between the parties involved in the proposal process.
    The document outlines the proposed pricing and cost structure for services associated with the Fort Bliss, TX (FBTX) project under various Contract Line Item Numbers (CLINs). The proposal includes a breakdown of costs for labor, maintenance, supply, and transportation divisions, categorized as either Firm Fixed Price (FFP) or Cost Plus Fixed Fee (CPFF). Notably, the total proposed price includes $4,969,572.62 for Other Direct Costs (ODCs) and a total of $5,496,334.22 over the specified years. Compliance warnings emphasize the necessity for the subtotal figures to align across various matrices to avoid non-compliance. The proposal ensures documentation meets regulatory standards for contractor manpower reporting and specifies an option to extend services. Participation roles for contractors and subcontractors are defined, with strict adherence to contractor classifications based on participation percentages. The document's structure systematically details each CLIN category, its associated costs, and compliance considerations, emphasizing the need for accurate reporting and adherence to procedural requirements in government contracting processes. This documentation is crucial in evaluating cost proposals for federal projects, ensuring transparency and accountability in expenditure.
    The document outlines the evaluation of a prospective contractor's accounting system in preparation for federal contract award. It recommends approval of the system with a suggestion for a follow-on review post-award. The form captures key criteria based on generally accepted accounting principles (GAAP) and establishes that the system must effectively differentiate between direct and indirect costs, maintain a reliable timekeeping system, and ensure accurate cost accumulation under general ledger control. Additionally, it verifies that the system is designed to produce adequate financial data, comply with contract clauses, and is currently operational. The evaluation checklist further reinforces these requirements, prompting a detailed examination of the contractor's capabilities. This document serves as part of the preaward survey process, ensuring that contractors meet the necessary financial criteria pivotal for government contracting.
    The document provides wage determinations under the Service Contract Act, detailing required minimum wage rates for contractors and workers in specific occupations across designated areas in Texas and New Mexico. It highlights implications of Executive Orders 14026 and 13658, mandating contractors to pay minimum hourly wages—$17.75 for contracts entered or renewed after January 30, 2022, and $13.30 for earlier contracts, with annual adjustments to these rates. Additionally, it outlines occupation-specific wage rates, fringe benefits, and essential worker protections, including paid sick leave under Executive Order 13706. The document emphasizes compliance with minimum wage requirements, including health and welfare benefits, vacation, and holiday entitlements for various job titles, while also providing a conformance process for unlisted occupations. These wage determinations are vital for ensuring fair compensation and labor standards in government contracts, including federal grants and RFPs, aligning with overarching worker protection legislation.
    The Enhanced Acquisition Global Logistics Enterprise (EAGLE) guide outlines the procedures for contractor purchasing and invoicing at Fort Bliss, Texas. It specifies the roles and responsibilities of contractors, the Contracting Officer’s Representative (COR), and the Procurement Contracting Officer (PCO) in the procurement process, emphasizing the need for proper validation and approval of purchase requests (PRs). Purchases exceeding $10,000 require prior validation from the COR and approval from the PCO, while smaller purchases can be validated solely by the COR. The document also describes the invoicing procedures, including the requirement for interim cost invoices to be entered into the Wide Area Workflow (WAWF) and approved by the Defense Contract Audit Agency (DCAA) for payment. Additionally, it outlines a systematic flow for both purchasing and invoicing to ensure compliance, accuracy, and record-keeping. The guide aims to maintain operational efficiency without hindering the contractor's service delivery and underscores the possibility of reevaluation and updates based on operational feedback. This document serves as a comprehensive framework for managing federal procurement processes within the EAGLE Task Order at Fort Bliss.
    This document, titled "Blocked File Extensions," outlines a comprehensive list of file types that are prohibited from inclusion in submissions related to the federal government RFP W519TC-25-R-0007, dated January 21, 2016. The list features a wide array of file formats, including executable files (.exe, .com), script files (.vbs, .js), compressed data files (.zip), and various document types (.doc, .xls), all deemed potentially harmful or not compliant with submission guidelines. By restricting certain file extensions, the government aims to enhance cybersecurity measures, mitigate the risk of transmitting malicious software, and ensure the integrity of submissions. The document serves as a clear guideline for all prospective bidders and grant applicants to follow, promoting a secure and efficient processing of proposals within the RFP framework.
    This document outlines the components necessary for submitting a proposal in response to a government solicitation, specifically focusing on task orders under a Broad Agency Announcement (BAA). It includes fields for key information such as the offeror's name and CAGE code, subcontractor details, and the task order solicitation number. Detailed columns guide the submission of previous contract references, including government contract numbers, contractor roles (prime or subcontractor), joint ventures, and predecessor companies. The document emphasizes the importance of providing adequate justification for the relevance of previous experience in relation to the new solicitation tasks. Additionally, specific columns are designated for capturing work performed in various functional areas including maintenance, supply, and transportation, which must align with the tasks specified in the current request. The overall aim is to standardize the proposal format while ensuring that all necessary data is presented for evaluation in accordance with federal regulations. This structured approach facilitates the assessment of qualifications and competencies of contractors in line with government contracting standards.
    This memorandum from the Army Field Support Battalion-Bliss outlines the expectations for mission-essential contractor services as defined by DFARS 252.237.7023. It emphasizes that contractors must continue to provide essential services during crises until properly released by military authority. Key mission-essential services include various installation support tasks categorized into supply, transportation, and maintenance operations. Specific tasks listed under installation supply support involve management of central issue facilities, subsistence supply management, and ammunition operations. Transportation support encompasses fleet management and personal property processing. Maintenance support includes equipment related to deployment efforts and pre-deployment training. The Point of Contact for further inquiries is provided, establishing communication for additional clarification or guidance. This memorandum underscores the critical nature of these contractor services to maintain operational readiness during emergencies, reflecting the government's commitment to ensuring continuous support within the military infrastructure.
    The Small Business Participation Plan serves as a guideline for offerors in federal acquisitions, specifically targeting other than small business entities. It emphasizes the importance of including small businesses in contract performance and outlines the required documentation for demonstrating participation levels. Offerors must indicate the total percentage of work expected to be carried out by both small and other than small businesses, ensuring the overall percentages equal 100% based on the total contract value. Additionally, the plan includes a detailed breakdown of expected participation by various subcategory small businesses such as Small Disadvantaged Businesses, Women-Owned Small Businesses, HUBZone businesses, and Veteran-Owned entities, among others. Offerors are instructed to list specific supplies and services that small businesses will provide in categories where applicable. This structure aims to promote equitable opportunities for small businesses within government contracts, fulfilling policy goals of inclusion and diverse economic participation. Ultimately, the document provides a framework to ensure compliance and enhance small business involvement in federal projects.
    The document is a subcontractor cost information submission for federal procurement related to Task Order Solicitation Number W519TC-25-R-0007. It outlines instructions for subcontractors to provide their cost proposal independently via the Federal Business Opportunities (FBO) system. Subcontractors must complete specific fields, including their full company name, CAGE code, and details about the Basic Ordering Agreement (BOA) holder, along with the applicable BOA number. This attachment is essential for ensuring transparency and compliance with federal contracting requirements, allowing for the accurate assessment of subcontractor costs in relation to the broader proposal. The emphasis on autonomous submission indicates the importance of direct communication between subcontractors and the government in the procurement process.
    The document outlines the Maintenance Performance Requirement Standards (PRS) for materiel maintenance within federal operations. It establishes quality benchmarks, sampling methods, and acceptable quality levels (AQL) for various maintenance tasks, ensuring adherence to defined military regulations and guidelines. Key areas addressed include the establishment and management of repair shops, technical inspections, compliance with maintenance policies, and performance metrics. Specific standards demand compliance with maintenance requests, documentation accuracy, and the utilization of automated systems for material management. AQLs vary by task, ranging from 90% to 100%, depending on the nature of work—higher standards apply to sensitive item management and technical inspections. The structure of the document includes general maintenance requirements, specifications for maintenance programs, and allied trade actions, detailing responsibilities for on-site maintenance and repairs. The purpose is to ensure robust, reliable maintenance practices, enhancing operational readiness while meeting federal quality standards. These guidelines serve as pivotal criteria for contractors and government agencies responding to requests for proposals (RFPs) and grants related to maintenance services.
    The document outlines the Performance Requirement Standards (PRS) for various supply operations under the Installation Supply and Services Division (ISSD), specifically focusing on the Central Issue Facility (CIF) and Subsistence Supply Management Office (SSMO). It details the expectations for service timeliness, quality standards, and methods for sampling and assessment, emphasizing compliance with Army regulations. Key tasks include processing soldier records, issuing clothing and equipment, managing inventory accuracy, and handling subsistence items. For each task, specific timelines are stipulated—such as processing records within certain working days—and an Acceptable Quality Level (AQL) defines the acceptable performance rates. The structure is methodical, listing tasks by category, performance standards, sampling methods, and required compliance rates. This reflects government accountability and quality assurance in military supply operations, ensuring proper management and support for active-duty soldiers while following federal guidelines. The document serves as a reference for contractors and government personnel, outlining their responsibilities for efficient supply chain operations.
    The document outlines the Transportation Performance Requirement Standards (PRS) for managing personal property operations within federal transportation services. It details various tasks and requirements, focusing on the timeliness and quality of service delivery across multiple categories, including general transportation, personal property operations, passenger movements, and fleet management. Each task is accompanied by specified standards, surveillance methods, and acceptable quality levels (AQLs), often set at 95-100%. For instance, reports must be accurate and on time, payment processing should occur within three business days, and services such as counseling personnel on entitlements should meet stringent response times. Additionally, the document emphasizes the need for proper documentation, adherence to military transportation regulations (DTR), and coordination of logistics to ensure safe and efficient operations. This detailed framework aims to ensure the effective management of transportation activities, fulfilling contractual obligations and enhancing operational readiness within government transport initiatives.
    The document outlines environmental requirements for contractors involved in federal projects, specifically emphasizing adherence to environmental regulations and sustainable practices. Contractors are required to comply with federal, state, and local laws, including obtaining necessary licenses and certifications. Key responsibilities include notifying government representatives of any regulatory visits, cooperating with inspections, and immediately reporting instances of noncompliance. Contractors must appoint Environmental Compliance Designees (ECDs) to manage hazardous materials and waste, ensure proper waste disposal, implement storm water pollution controls, and use pesticides in compliance with regulations. The document specifies procedures for managing solid and hazardous waste, waste reduction efforts, and the use of low-noise emission products. Additionally, the contractors are expected to prevent spills, protect sensitive areas, and minimize pollution. There are also specific guidelines for managing mercury and universal waste. Overall, the guidelines reflect a commitment to environmental protection and sustainability within government purchasing and contracting processes. Compliance with these requirements is critical for project approval and environmental stewardship.
    The document provides a comprehensive set of definitions, acronyms, and abbreviations related to logistics and property management within the Department of Defense (DoD) context. It outlines critical terms such as "Abandoned Property," "Acceptable Quality Level (AQL)," and the various roles of Accountable Officers (AOs), highlighting their responsibilities in maintaining accurate records and ensuring compliance. Additionally, it includes specific procedures related to property issues—such as the "Bill of Lading" for transportation documentation, "Calibration" of testing equipment, and the roles of government-furnished property. The document serves as a vital reference for government procurement and contracting, establishing consistent terminology for federal requests for proposals (RFPs) and grants. It aids stakeholders in navigating regulations and maintaining transparency in logistics support activities critical for military readiness and operations. By standardizing terms and processes, the document ensures operational clarity and accountability within military and governmental frameworks.
    The document outlines essential publications and forms that contractors must adhere to while working with the Army. It emphasizes the contractor's responsibility for staying updated with applicable regulations and procedures through the designated Army website. A comprehensive list of regulations, Army Regulations (AR), Department of Defense Instructions (DODI), and other pertinent documents is presented, detailing various operational areas such as safety, security, environmental protection, logistics, and health programs. It underscores the importance of complying with these regulations to ensure effective management and operational success. The contractor is required to notify the Contracting Officer of any changes that significantly impact their work scope. This document serves as a reference for contractors seeking guidance on regulatory compliance related to federal grants, RFPs, and local procurement efforts.
    The Army Test and Evaluation Command (ATEC) at the White Sands Missile Range (WSMR) requires logistics support services, including maintenance and supply, through a Performance Work Statement (PWS). ATEC G4 oversees these operations to facilitate research, development, testing, and evaluation of advanced weapon systems while ensuring compliance with safety and environmental regulations. Key responsibilities involve contractor personnel maintenance, resource management, and adherence to stringent security protocols within a defined work schedule. Contractors must maintain a robust workforce, undergo background checks, and receive ongoing training in security and hazardous material management. Additionally, contractors are required to implement safety plans, manage government property, and ensure environmental protection in operations. The document emphasizes the importance of quality control, including regular inspections, reporting, and adherence to Army regulations related to material maintenance and supply operations. Overall, the PWS aims to ensure efficient contract execution aligned with Army missions while adhering to safety, security, and environmental standards, showcasing a commitment to continuous service improvement.
    The Bliss Modernization, Displacement and Repair Site (MDRS) serves in support of the Army's modernization initiative under HQDA Execution Orders. Its primary mission is to streamline equipment turnaround for redistribution or divestiture to facilitate Army operational readiness. The contractor is tasked with multiple responsibilities including equipment receipt, inspection, repair, storage, and shipment per precise operational buckets designated for various transfer types (lateral, depot, DLA-DS, etc.). Key tasks include ensuring timely transfers and adherence to maintenance standards, tracking a range of equipment, and managing supply operations critical to retrograding equipment efficiently. The contractor is also expected to operate a robust Quality Control program to ensure compliance with regulations and perform necessary inspections before equipment shipment, maintaining accurate records throughout the process. Overall, the MDRS emphasizes rapid equipment turnaround while maintaining accountability in supplies, inventory, and compliance with Army standards, effectively supporting the Army's strategic readiness goals.
    The document pertains to a round of inquiries related to a federal RFP (Request for Proposal). It outlines a structure for responding to questions, referencing specific RFP or Performance Work Statement (PWS) numbers. The primary focus of this document is to facilitate clear communication regarding the RFP process, addressing potential uncertainties or clarifications from interested parties. It indicates that questions and responses will be systematically numbered, allowing for organized tracking and reference. The key idea centers on the importance of transparency and responsiveness in the RFP process, which is vital for engaging potential contractors and ensuring that all parties have a fair opportunity to participate in the bidding. The document suggests an understanding of the complexities inherent in federal and state/local procurement processes and emphasizes the necessity for clarity in submissions. Overall, this document serves as a foundational outline for managing inquiries in the context of government procurement, ensuring a fair and open process for stakeholders involved in RFPs, federal grants, and state and local Requests for Proposals.
    This government file outlines a Request for Proposal (RFP) for logistics support services at U.S. Army Fort Bliss, Texas. It is designated for offerors with an Enhanced Army Global Logistics Enterprise (EAGLE) Basic Ordering Agreement (BOA) by the closing date. The contract type includes a Cost Plus Fixed Fee with a base period of one year, along with potential extensions. A total of four one-year options and one six-month option may extend the duration to five years and six months, contingent on the contractor's performance and government needs. The evaluation of proposals will consider technical capabilities, past performance, cost/price, and small business participation. Interested offerors must submit their proposals electronically, following strict submission guidelines and within the specified timeframe. Additionally, compliance with facility clearance requirements for sensitive government work is emphasized. The RFP contains provisions for performance management, invoicing, and contractor responsibilities along with security protocols for government property. This document is typical of federal procurement solicitations aimed at securing eligible bidders for significant service contracts and ensuring quality performance standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    CENTAM GUARDIAN 25 LINE HAUL and MHE Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the CENTAM Guardian 25 Line Haul and Material Handling Equipment (MHE) Services, aimed at supporting military logistical operations in Guatemala. The contractor will be responsible for providing all necessary personnel, equipment, and services to facilitate the transport of supplies, materials, and equipment, ensuring compliance with customs and security regulations during the contract period from March 12 to June 3, 2024. This initiative is critical for maintaining operational readiness and supporting regional exercises within the U.S. Southern Command's area of responsibility. Interested parties must submit their proposals by noon on February 27, 2025, and can contact CPT Christopher Lucero at christopher.j.lucero7.mil@army.mil or Yesica M. Valladares at yesica.m.valladares.fn@mail.mil for further information.
    Reefer Trucks
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting quotes for the provision of two refrigerated trucks to support operations at Fort Bliss, Texas. The procurement aims to enhance logistical capabilities by ensuring the availability of specialized vehicles for transporting temperature-sensitive goods. This opportunity underscores the importance of reliable transportation solutions in military operations, particularly in maintaining the integrity of perishable supplies. Interested vendors must submit their detailed quotations by March 3, 2025, at 10:00 AM, and are encouraged to reach out to the primary contact, Daniel Stark, at daniel.a.stark8.mil@army.mil or 520-725-8676 for further inquiries.
    Logistics Readiness Squadron Support 811111
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry input for Logistics Readiness Squadron Capabilities (LRS-C) services, with the aim of establishing a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This initiative is designed to enhance logistical support across various Air Force bases, covering essential services such as materiel management, traffic and vehicle management, fuels management, and transportation services, with a total performance period of up to six years. The procurement is critical for ensuring operational readiness and efficient logistics management across the Air Force's operational footprint. Interested vendors must submit their responses by March 3, 2025, to the designated contacts, Katelyn N. Timmermann and Lisa Pendragon, whose emails are katelyn.timmermann@us.af.mil and lisa.pendragon@us.af.mil, respectively.
    Logistics Readiness Squadron Capabilities
    Buyer not available
    The Department of Defense, through the Air Force Installation Contracting Command, is seeking industry insights for the Logistics Readiness Squadron Capabilities (LRS-C) services, aiming to establish a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) for logistics support across all Air Force bases. The procurement focuses on comprehensive logistics services, including material management, traffic management, vehicle management, fuels management, and surge support, with a performance period potentially extending up to six years. This initiative is critical for enhancing the efficiency and effectiveness of logistics operations within the Air Force, ensuring robust support for military readiness. Interested vendors must submit their capabilities and past performance information by February 14, 2025, to the designated contacts, Katelyn N. Timmermann at katelyn.timmermann@us.af.mil or Lisa Pendragon at lisa.pendragon@us.af.mil.
    Pre-Solicitation/Synopsis - EL PASO TEXAS & NEW MEXICO SPE300-25-R-0007
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is preparing to solicit proposals for Prime Vendor support in the El Paso, Texas, and New Mexico regions, serving various military and federally funded agencies, including Ft. Bliss and Holloman AFB. The procurement will require a range of subsistence items from the Federal Catalog or their commercial equivalents, with an estimated total value of $77,091,028 over a 60-month period, divided into two pricing tiers. This opportunity is significant for ensuring timely delivery of essential goods to military installations, with proposals evaluated based on Best Value, Tradeoff procedures. Interested vendors can find the Request for Proposal (RFP) on the DLA's DIBBS website, with the solicitation number SPE300-25-R-0007 expected to be posted by February 2025; inquiries can be directed to Patricia Griffith or Antoinette Patterson via their respective emails.
    Logistics Readiness Squadron Capabilities 541614
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry participants capable of providing Logistics Readiness Squadron Capabilities (LRS-C) services across multiple Air Force bases. The procurement aims to establish a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will encompass logistics management, traffic management, vehicle and fuel management, and transportation services, with a performance period estimated at five years, plus an option for an additional year. This initiative is crucial for ensuring effective logistical support and readiness for military operations both domestically and internationally. Interested vendors are encouraged to submit their capabilities and relevant information by March 3, 2025, to the designated contacts, Katelyn N. Timmermann at katelyn.timmermann@us.af.mil and Lisa Pendragon at lisa.pendragon@us.af.mil.
    Logistics Readiness Capabilities 493110
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Logistics Readiness Squadron Capabilities (LRS-C) services across various military installations. The procurement aims to establish a strategic Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) to enhance logistics support, including services such as materiel management, traffic management, vehicle management, fuels management, and air transportation. This initiative is crucial for streamlining logistics operations and improving efficiency at Air Force bases, ensuring compliance with Department of Defense standards. Interested vendors must submit their responses by March 3, 2025, and can direct inquiries to Katelyn N. Timmermann at katelyn.timmermann@us.af.mil or Lisa Pendragon at lisa.pendragon@us.af.mil.
    Logistics Readiness Squadron Capabilities 488119
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking industry input for the Logistics Readiness Squadron Capabilities (LRS-C) as part of a potential enterprise contract. The objective is to gather information from vendors capable of providing logistics support services across 27 locations, including material management, traffic and vehicle management, fuels management, and ground transportation, under a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) framework with a potential performance period of up to six years. This initiative is crucial for enhancing operational readiness and support across Air Force bases, both within the continental United States and overseas. Interested vendors must submit their capability assessments by March 3, 2025, to the designated contacts, Katelyn N. Timmermann at katelyn.timmermann@us.af.mil and Lisa Pendragon at lisa.pendragon@us.af.mil.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Buyer not available
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    CENTAM GUARDIAN 25 BUS SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for bus transportation services during Exercise Centam Guardian 25 (ExCG 25) in Guatemala, scheduled from May 6 to May 30, 2025. The contractor will be responsible for providing comprehensive transportation solutions, including the provision of buses and drivers to transport military personnel and baggage between Aurora International Airport and Mariscal Zavala Army Base, while adhering to strict safety and operational standards. This contract is crucial for facilitating military operations in Central America, ensuring readiness and effective logistics management. Interested parties must submit their bids by March 7, 2025, at 12:00 PM local time, and can contact CPT Christopher Lucero at christopher.j.lucero7.mil@army.mil or Yesica M. Valladares at yesica.m.valladares.ln@mail.mil for further information.