Contractor Operated Civil Engineering Supply Store (COCESS)
ID: FA480025Q0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4800 633 CONS PKPLANGLEY AFB, VA, 23665, USA

NAICS

Facilities Support Services (561210)

PSC

SETS, KITS, AND OUTFITS OF HAND TOOLS (5180)

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 soliciting proposals for a Contractor Operated Civil Engineering Supply Store (COCESS) at Langley Air Force Base in Virginia. The contractor will be responsible for managing the supply store, providing essential materials, tools, and equipment necessary for the maintenance and construction needs of authorized personnel, while ensuring compliance with federal regulations and efficient inventory management. This procurement is critical for maintaining operational readiness at the base, with an emphasis on stocking high-use items and adhering to pricing regulations through the NexGen IT system. Interested small businesses must submit their proposals by March 7, 2025, and can direct inquiries to 2d Lt Landon Smith at landon.smith.13@us.af.mil or MSgt Nicholas Hazelett at nicholas.hazelett@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides a historical inventory of high-use and critical items from July 2015 to July 2018, with a focus on items relevant to government operations, including fluorescent lamps, electrical components, batteries, cleaning supplies, and maintenance tools. It lists various manufacturers, part numbers, and quantities sold for each item, demonstrating the reliance on specific products for operational efficiency. The primary purpose of this inventory is to inform stakeholders involved in government RFPs, grants, and procurement processes about the most commonly utilized supplies, thereby aiding in future purchasing decisions and budget planning. By analyzing historical sales data, government entities can forecast demand, streamline procurement, and ensure consistent supply for high-frequency items. The detailed breakdown of items sold reinforces the importance of strategic sourcing and inventory management within government operations, thus supporting effective budgeting and resource allocation strategies.
    The document outlines the Pricing Discount Coefficient Table, specifically detailing discount percentages and coefficient factors for various primary and optional alternate databases within the context of government procurement. Key categories include Electrical, Plumbing, HVAC, Lawn & Garden, Hardware, and Building Supplies, each listed with a specified discount percentage. Notably, the primary electrical and HVAC databases provide a full 100% discount, while the plumbing category has a discount of 57% and 55% for its alternate. The contractor must complete a new table if discount percentages or coefficients change, although it is confirmed that these rates will remain constant for proposed option years. This document serves as an important reference for contractors bidding on government Requests for Proposals (RFPs) and grants, ensuring clear pricing structures and compliance with federal and state procurement guidelines. Its structure effectively categorizes pricing information necessary for evaluating cost proposals in public contracts.
    This document outlines a comprehensive breakdown of various product categories, including building supplies, plumbing, lawn & garden, HVAC, electrical, and hardware, for a contractor bid as part of government procurement processes. It details item quantities, percentages of total items, manufacturer details, and pricing from different sources, illustrating the total bid price. The primary category represented is building supplies, comprising 48% of items evaluated, followed by electrical (44%), plumbing (13%), and others. The document emphasizes the importance of a detailed inventory, listing numerous specific products such as different types of tape, tools, and plumbing components, along with their respective prices from Grainger and MSC Direct. This strategic collaboration and analysis serve to ensure that governments can procure necessary supplies at competitive rates, facilitating efficient management and effective implementation of projects requiring these materials. The document exemplifies the structure of RFPs, illustrating itemization, pricing comparison, and adherence to budget considerations crucial for government entities to maintain fiscal responsibility.
    The document outlines a supplemental price list for items requested by Langley Air Force Base, consisting of various construction, electrical, hardware, lawn and garden, and plumbing supplies. The list features a wide range of products, including drywall sand screens, duct tape, batteries, light fixtures, and plumbing components, provided by different manufacturers with specified part numbers. Each item is categorized into relevant sectors such as building supplies and electrical components, emphasizing the need for versatile and reliable materials for various maintenance and construction projects at the base. The document serves as a reference for procurement related to federal government contracts, highlighting the types of items that may be sought in future Requests for Proposals (RFPs) or grants to ensure operational readiness and the effective management of base facilities.
    The document outlines the Contract Deliverables List (CDL) associated with a federal contract, detailing specific deliverables required from the contractor post-award. The CDL includes various categories such as the Supplemental Priced Item List, Initial Store Stock Items List, and emergency personnel listings, with deadlines for submission that range from one time to multiple occurrences per month and guidelines for updates. Key responsibilities involve submitting reports electronically to designated officials, providing a transition and phase-out plan, and completing mandatory training programs related to environmental management systems. The contractor is expected to adhere strictly to the timelines established for deliverables, which include daily sales tickets, monthly reports on sales and hazardous materials, and ensuring compliance with applicable environmental regulations. This CDL serves to facilitate contract compliance and performance tracking, ensuring the contractor maintains operational readiness and accountability through structured reporting and resource management within the framework of government expenditure and regulatory obligations.
    The Statement of Work (SOW) outlines the requirements for a Contractor Operated Civil Engineer Supply Store (COCESS) at Langley Air Force Base, Virginia. The contractor will manage the store, providing essential materials, tools, and equipment for construction and maintenance needs of authorized personnel. Key objectives include efficient inventory management, customer service, and compliance with pricing regulations, utilizing the NexGen IT system for transactions. The contractor is responsible for ensuring access to high-use items, maintaining inventory, processing purchases within set timelines, and adhering to pricing structures established through approved online databases. The SOW details the roles and responsibilities of the contractor, including training and reporting requirements, and compliance with safety, hazardous materials regulations, and government property management. Overall, the document serves to streamline procurement processes for facility maintenance at Langley AFB while ensuring that contractor compliance aligns with federal guidelines and operational efficiency.
    The document outlines a Request for Quotation (RFQ) for a Contractor Operated Civil Engineer Supply Store (COCESS) at Langley Air Force Base, Virginia. The government seeks a contractor to provide necessary materials, tools, and equipment for facility maintenance and repairs. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract is set aside for small businesses and will be awarded based on a Lowest Price Technically Acceptable (LPTA) approach, with a contract period consisting of one base year and four option years. Key performance requirements include maintaining an operational storefront during duty hours, having a stocked inventory of essential items, and compliance with the NexGen IT inventory management system. Proposals must demonstrate technical capability and adequate staffing plans. Submission instructions specify formatting and content requirements, with a deadline for questions set for January 16, 2025, and proposals due by March 7, 2025. With an emphasis on both price and technical acceptability, the procurement aims to ensure that potential contractors are capable of meeting the logistical needs of the Air Force's civil engineering operations effectively.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    SEV STRATEGIC REPLENISHMENT CONTRACT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Strategic Replenishment Contract (SRC) aimed at sourcing, acquiring, and delivering a wide range of ground and aircraft common support equipment (CSE). This procurement involves approximately 500 National Stock Numbers (NSNs) across various Federal Supply Classes (FSCs), with a focus on maintaining existing capabilities rather than initiating new programs. The contract will be set aside for small businesses and is expected to span a total of ten years, including a basic contract period of one year and nine additional ordering periods of 12 months each. Interested parties should direct inquiries to Shanika Brown at shanika.brown.1@us.af.mil or Reid Sawyer at reid.sawyer@us.af.mil, with proposals due by February 16, 2021.
    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.
    AFGSC Electronic Technical Order Client Device and Technical Library Sustainment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the sustainment of the AFGSC Electronic Technical Order Client Device and Technical Library, with a focus on supporting ruggedized laptops and tablets across multiple Air Force bases. The procurement aims to ensure effective management and maintenance of technical order distribution and client devices from March 28, 2025, to March 27, 2030, emphasizing the importance of operational readiness and compliance with established protocols. Interested small businesses are encouraged to submit proposals that address technical capabilities, past performance, and pricing, with a total small business set-aside designation under NAICS code 541519. Proposals must be submitted by the specified deadline, and inquiries can be directed to Capt Natalie Norlock at natalie.norlock@us.af.mil or by phone at 937-443-1575.
    Removal of Space Saver Shelves B1941
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the removal and disposal of Space Saver Shelves from Building 1941 at Shaw Air Force Base in South Carolina. The project involves the removal of 47 Spacesaver Eclipse shelves, with a completion timeline of 30 days, and allows contractors discretion regarding disposal methods, including salvaging or donating the shelves, provided they comply with relevant regulations. This procurement is significant for maintaining operational efficiency and safety within the facility, with an estimated contract value of $34 million. Interested contractors, particularly Women-Owned Small Businesses, must submit their proposals by February 19, 2025, and can contact Kishauna Goodman at kishauna.goodman@us.af.mil or Joseph Nemedy at Joseph.Nemedy.1@us.af.mil for further information.
    30 CES Demolition Services for Buildings 886, 887, and 888
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for demolition services for buildings 886, 887, and 888 at Vandenberg Space Force Base in California. The contractor will be responsible for all aspects of the demolition, including labor, materials, and the safe disposal of hazardous materials such as asbestos and lead-based paint, under a firm fixed price agreement valued at approximately $19 million. This procurement is crucial for maintaining operational safety and compliance with environmental regulations at the military installation. Interested small businesses must submit their proposals by March 3, 2025, and can direct inquiries to Andrew Gabel or Kristofer Clark via their provided email addresses.
    Hangar Door Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the maintenance of hangar doors at Eglin Air Force Base, Florida, under a contract valued at approximately $12.5 million. The contract requires quarterly inspections and preventative maintenance of two HydroSwing doors and one Wilson bi-fold door over a base year and four option years, ensuring operational reliability and compliance with safety standards. This procurement is particularly significant as it supports the operational capabilities of military facilities, emphasizing the government's commitment to utilizing small businesses, including those owned by women and economically disadvantaged individuals. Interested contractors must submit their offers by February 18, 2025, and can direct inquiries to Amn Alexander Maravilla at alexander.maravilla@us.af.mil or by phone at 850-882-0279.
    Bldg 300 Security Monitoring and Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide security monitoring and maintenance services for Building 300 at Langley Air Force Base in Hampton, Virginia. The procurement requires vendors to deliver 24/7 security services, including monitoring of an Intruder Detection System (IDS) and access control systems (ACS), while ensuring compliance with government regulations and maintaining UL2050 certified doors. This contract is critical for maintaining the security and safety of government operations, with a contract duration of one base year and four optional extension years. Interested vendors must submit their quotes by 1:00 PM EST on February 14, 2025, and can direct inquiries to Emoni Bright at emoni.bright@us.af.mil or 757-764-4766.
    JBLE Grounds Maintenance Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide grounds maintenance services at Joint Base Langley-Eustis (JBLE). The procurement aims to ensure the upkeep and aesthetic quality of the base's landscaping, which is vital for maintaining operational readiness and enhancing the environment for personnel and visitors. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the relevant NAICS code being 561730 for Landscaping Services. Interested parties should reach out to Matthew Gregg at matthew.gregg.3@us.af.mil or call 757-764-9059 for further details.
    Off Base Lease (OBL-2): Wright-Patterson Air Force Base, Ohio
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build project at Wright-Patterson Air Force Base in Kettering, Ohio, under the Off Base Lease (OBL-2) initiative. This procurement is aimed at military construction and maintenance tasks, with a contract value estimated between $500,000 and $1,000,000, and proposals are due by March 13, 2025. The project emphasizes compliance with federal labor laws, including the Davis-Bacon Act, and requires contractors to maintain accurate as-built drawings and participate in inspections. Interested contractors should contact Megan Murphy at megan.r.murphy@usace.army.mil for further details and are encouraged to attend a site visit scheduled for February 26, 2025, with an RSVP deadline of February 24, 2025.