Mortuary Affairs Services
ID: FA462625Q0008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4626 341 CONS LGCMALMSTROM AFB, MT, 59402-6863, USA

NAICS

Funeral Homes and Funeral Services (812210)

PSC

SOCIAL- CARE OF REMAINS AND/OR FUNERAL (G001)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for Mortuary Affairs Services at Malmstrom Air Force Base in Montana through a Blanket Purchase Agreement (BPA). The procurement aims to secure non-personal mortuary services for a ten-year period, commencing February 10, 2025, with a focus on ensuring dignified treatment and compliance with federal regulations as outlined in the Performance Work Statement (PWS). This initiative is crucial for maintaining high standards in military mortuary affairs, providing essential support to families of deceased personnel. Interested contractors must submit their price lists and proposals by February 7, 2025, and can direct inquiries to Raymond Davis at raymond.davis.18@us.af.mil or Erik M. Hallberg at erik.hallberg.1@us.af.mil.

    Files
    Title
    Posted
    The Department of the Air Force is issuing Amendment 001 to the Mortuary Affairs Services Blanket Purchase Agreement (BPA), reflecting an updated submission timeline. The due date for contractor quotes has been extended to Thursday, 6 February 2025, from the previously set date of Wednesday, 5 February 2025. It is imperative for all contractors to acknowledge this amendment to ensure the validity and completeness of their quotes. This acknowledgment can be recorded either within the quotes submitted or by signing at the designated area provided in the memorandum. This document serves to ensure that all parties are aware of the necessary changes in the solicitation process, underscoring compliance for stakeholders involved in the proposal submissions for government contracts.
    The Department of the Air Force, through the Headquarters 341st Missile Wing, has issued Amendment 002 for the Mortuary Affairs Services Blanket Purchase Agreement (BPA). This memorandum updates the previously posted Combined Synopsis/Solicitation found on www.sam.gov, primarily changing the due date for contractor submissions from Thursday, February 6, 2025, to Friday, February 7, 2025. It is imperative for all contractors to acknowledge this amendment, as it impacts the validity and completeness of their quotes. Acknowledgment can be done either by noting it within the submitted quote or by signing the designated space in the memorandum. The document is structured as an official amendment notification, underscoring critical deadlines and compliance requirements related to government contracting processes for mortuary services.
    The Department of the Air Force Instruction (DAFI) 34-160 outlines the mandatory guidelines for the Air Force Mortuary Affairs Program. It implements various Department of Defense directives and applies to all Air Force personnel, including active duty, reserves, and civilian employees. The document specifies roles, responsibilities, and eligibility for mortuary services, including recovery, care, and disposition of remains, alongside entitlements for families of deceased personnel. Essential responsibilities include training mortuary officers, maintaining installation mortuary plans, and ensuring compliance with handling procedures for individual deaths and mass fatalities. The program involves coordination with various offices to provide funeral honors, support for families, and management of personal effects of deceased personnel. Significant updates in this revision include improved guidance on cemetery management and honor guard policies. Overall, DAFI 34-160 emphasizes the importance of professionalism and sensitivity in handling the mortuary affairs of military personnel, ensuring dignified treatment and support for families during their time of loss.
    The document outlines the Performance Work Statement (PWS) for Department of Defense (DoD) contracted mortuary services, establishing comprehensive standards for the operation of facilities providing these services. It details the authorized personnel involved, including licensed embalmers and unlicensed assistants, and specifies their responsibilities. The PWS emphasizes the need for quality control, assurance protocols, and physical security within mortuary facilities. Standards for the classification and preparation of remains, embalming processes, casketing, transportation, and cremation procedures are thoroughly defined to ensure respectful and dignified treatment of deceased personnel. Compliance with federal, state, and local regulations is mandated. The document serves to guide contracting officers in procuring mortuary services, ensuring all procedures adhere to established norms and best practices focused on the care and disposition of remains, while also incorporating the preferences and customs of the deceased’s family. This comprehensive framework reflects the DoD's commitment to maintaining high standards in military mortuary affairs.
    This document outlines a Request for Quote (RFQ) for Mortuary Affairs Services at Malmstrom Air Force Base, Montana. The RFQ (reference number FA4626-25-Q-0008) seeks bids for a blanket purchase agreement (BPA) to provide non-personal mortuary services for ten years, starting from February 10, 2025. It encourages full and open competition among service providers classified under NAICS code 812210, with a small business size standard of $12.5 million. Prospective bidders must submit a price list in accordance with the attached Performance Work Statement (PWS) and will be evaluated based on technical approach and price. Compliance with performance inspection requirements within 50 miles of the base is required. Essential elements include adherence to federal regulation clauses, necessary identifications for base access, and registration in the System for Award Management (SAM). Each quote must remain valid until March 31, 2025. The government has the right to cancel the solicitation if funds are unavailable. Bidders should submit their proposals no later than 2:00 PM MST on February 5, 2025, and direct any inquiries to designated contracting representatives. This RFQ highlights the government’s ongoing commitment to providing timely mortuary services while adhering to federal procurement standards and practices.
    The document presents a solicitation for Mortuary Affairs Services at Malmstrom Air Force Base, Montana, with a request for quotes (RFQ) under a Blanket Purchase Agreement (BPA) from February 10, 2025, to February 9, 2035. It outlines specific requirements, including submittal of service price lists and adherence to a Performance Work Statement (PWS). Offerors must provide proper documentation, comply with General Services Administration (GSA) regulations, and the proper U.S. identification for base access. The acquisition employs a full and open competitive process, evaluating proposals based on technical compliance and pricing. The government highlights the necessity for historical service inspections and mandates that pricing must be as low as the most favored customers. The BPA's individual call limit is established at $25,000. The intention is to ensure quality mortuary services while maintaining budgetary control, underlines the importance of registration in the System for Award Management (SAM), and details obligations regarding contractor compliance with federal regulations. Interested parties must submit their quotes by February 6, 2025, to designated contacts provided in the announcement.
    The Malmstrom Air Force Base (AFB) in Montana seeks quotes for Mortuary Affairs Services through a Blanket Purchase Agreement (BPA). This solicitation, referenced as FA4626-25-Q-0008, is open for competition and requires written quotes to be submitted by February 7, 2025. The services will cover a ten-year period, commencing February 10, 2025, with a focus on providing non-personal service per the Performance Work Statement (PWS). Vendors must supply a price list in compliance with specified government stipulations, including operating under the regulations detailed in FAR and Department of Labor guidelines. Each contractor's price list must be updated and submitted periodically, while no individual order under the BPA shall exceed $25,000. Additionally, the document outlines the evaluation process, selection criteria, and registering requirements in the System for Award Management (SAM). All personnel accessing Malmstrom AFB must adhere to identification protocols aligned with the REAL ID Act. The solicitation also incorporates terms for the government's obligation, billing procedures, and delivery confirmations. Overall, this initiative underscores the Air Force's commitment to quality service provision within the bounds of federal contracting regulations.
    The document addresses the inquiry about the location of the Pricing Sheet in the context of a government RFP or grant proposal process. It clarifies that the Pricing Sheet will be generated by the contractor based on the necessary items outlined in the attached Performance Work Statement (PWS). This highlights the procedural aspect of proposal submissions, indicating that contractors must evaluate the PWS to create a pricing structure that reflects the requirements detailed therein. The response confirms that the responsibility for developing the Pricing Sheet lies with the contractor, ensuring that all pricing aligns with the project specifications provided by the federal or local agency overseeing the RFP process. This illustrates a fundamental element of contractor obligations in government solicitations.
    The document addresses specific logistical responsibilities of a contractor in relation to a federal Request for Proposal (RFP). It clarifies that the contractor must generate a Pricing Sheet based on items detailed in the attached Performance Work Statement (PWS). Additionally, it outlines travel arrangements for personnel, stating that while the contractor is not responsible for the total travel, they must coordinate with the 341st Force Support Squadron (FSS) to manage travel needs. The contractor's obligation is limited to transporting individuals to the airport or a designated point of departure, without involvement in organizing air travel or transporting across state lines. This structured approach highlights the delineation of responsibilities expected from contractors in federal government operations, ensuring clarity in execution of duties related to travel and pricing.
    The document outlines the responsibilities and requirements for contractors associated with the transportation of human remains, particularly concerning travel arrangements and costs. The contractor must generate a Pricing Sheet based on specified items in the attached Performance Work Statement (PWS), but travel costs should not be included. The contractor is tasked with coordinating with the 341 FSS for travel needs, limited to transporting individuals to designated departure points, with the contracting entity covering costs related to the transit of human remains. Importantly, the contractor must possess the ability to transport remains across state lines, adhering to relevant legal mandates. The government will reimburse the contractor for transit costs once duly arranged, emphasizing the need for compliance with all applicable regulations. This document serves as guidance for contractor obligations in a government Request for Proposal (RFP) context concerning the sensitive nature of handling human remains during transit.
    Lifecycle
    Title
    Type
    Mortuary Affairs Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Mortuary Services Agreements
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for a Mortuary Services Agreement. This agreement is a Total Small Business Set-Aside and falls under the category of MEMORIALS; CEMETERIAL AND MORTUARY EQUIPMENT AND SUPPLIES. The place of performance for this agreement is Colorado Springs, CO, USA. The primary contact for this procurement is Tiana Glenn, who can be reached at tiana.glenn@spaceforce.mil or 7195562195. The secondary contact is TSgt Eric Wienke, who can be reached at eric.wienke@spaceforce.mil or 7195565386. The purpose of this solicitation is to establish a Blanket Purchase Agreement (BPA) for mortuary services with a minimum order value of $1.00 and a maximum ceiling of $249,999.99. The BPA will have a period of performance of up to five years. Small businesses are eligible to participate in this solicitation.
    Grounds Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a five-year grounds maintenance contract at Malmstrom Air Force Base (AFB) in Montana, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract requires comprehensive non-personal services, including personnel, equipment, and supervision, to maintain various types of grounds, such as improved, semi-improved, and unimproved areas, with tasks including mowing, irrigation maintenance, pest control, and debris removal. This initiative is crucial for ensuring the upkeep of military installations while supporting veteran-owned businesses, with a projected contract ceiling value of $5.6 million. Interested contractors must submit their quotes by February 7, 2024, and can contact Lt. Randolph Foote at randolph.foote.1@us.af.mil or George A. Strand at george.strand@us.af.mil for further information.
    Building 500 Industry Day
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking contractor input for the refurbishment of the exterior of Building 500 at Malmstrom Air Force Base in Montana. The primary objective is to gather insights on options for restoring the building's exterior, which is currently in disrepair, through surface preparation and application of new coatings or alternative covering options that adhere to industry standards. This project is significant as Building 500 serves as the headquarters for the 341st Missile Wing, and a professional exterior finish is essential to represent the mission of Malmstrom AFB effectively. Interested contractors are invited to participate in an Industry Day event on February 27, 2025, to discuss the project, with an estimated cost between $1 million and $5 million. For further inquiries, contractors can contact Dennis D. DeForest at dennis.deforest.2@us.af.mil or SrA Tamia Cash at tamia.cash@us.af.mil.
    Underground Storage Tank Inspection/Testing Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide underground storage tank inspection and testing services at Malmstrom Air Force Base in Montana. The procurement involves conducting both triennial and annual compliance inspections, utilizing walkthrough checklists for facilities associated with the 10th, 12th, and 490th Missile Squadrons, in accordance with federal and state regulations pertaining to underground storage tanks. This initiative underscores the critical importance of environmental compliance and safety in managing USTs related to military operations. Interested parties should contact Randolph Foote at randolph.foote.1@us.af.mil or 406-731-4476, or Joshua Crist at joshua.crist.1@us.af.mil or 406-731-3624 for further details.
    Europe and Korea Casket - Request for Information
    Buyer not available
    The Department of Defense, specifically the U.S. Army's MICC Fort Knox office, is issuing a Request for Information (RFI) regarding the procurement of various casket types and related items for U.S. Army Mortuaries in Europe and Korea. The RFI seeks information on standard metal and hardwood caskets, oversize options, cremation caskets, urns, and shipping logistics, all of which must comply with Army Regulation (AR) 638-2 to ensure dignity and respect in handling deceased personnel. This procurement is critical for supporting the Casualty and Mortuary Affairs Operations Division, ensuring that the military honors its personnel appropriately. Interested parties are encouraged to submit their capabilities and relevant information to Contract Specialist Anthony Johnson and Contracting Officer Joseph R. Lawrence by February 21, 2025, at 9:00 AM EST, with specific submission guidelines outlined in the RFI.
    Repair Drainage and Outfalls
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small business contractors for a project titled "Repair Drainage and Outfalls" at Malmstrom Air Force Base in Montana. The project involves the replacement and repair of storm drainage facilities, including various culverts and sluice gates, as well as the installation of lighting and bank protection measures, all while adhering to strict environmental and safety regulations. This initiative is crucial for maintaining effective water management and operational readiness at the base, reflecting the government's commitment to infrastructure sustainability. Interested parties should contact Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil or 406-731-4354, or Jeffrey Krieger at jeffrey.krieger@us.af.mil or 406-731-4014 for further details, as this is a total small business set-aside opportunity.
    5-Year Crane Inspection
    Buyer not available
    The Department of Defense, specifically the 341st Contracting Squadron at Malmstrom Air Force Base in Montana, intends to award a sole-source contract for a 5-Year Crane Inspection to MGX Equipment Services. This contract involves the disassembly and inspection of a Manitowoc Crane 1400, adhering to the operational and service guidelines outlined in the manufacturer's manual, and is critical for maintaining the operational readiness of the 341 Logistic Readiness Squadron. MGX Equipment Services is recognized as the sole authorized National Crane repair company in Montana, underscoring the specialized nature of this procurement. Interested parties may submit a capability statement or quotation by February 18, 2025, at 2:00 PM MST to SSgt Cody West at cody.west.2@us.af.mil, with the understanding that oral communications will not be accepted.
    FA8604 Storage Aid System at Maxwell Air Force Base Alabama MMHS
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center, is soliciting proposals for a Storage Aid System at Maxwell Air Force Base in Alabama. The procurement involves the design, fabrication, installation, and testing of a system, with a total of fourteen line items specified in the request for proposal (RFP). This acquisition is critical for enhancing material handling capabilities at the base and is exclusively set aside for small businesses under NAICS code 333922. Proposals are due by 3:00 PM Eastern Standard Time on March 3, 2025, and must be submitted via the Procurement Integrated Enterprise Environment (PIEE) platform. Interested parties should direct inquiries to Andrew Petersen or Emily A. Gomez via email before February 24, 2025.
    129 CEF - Base Janitorial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for janitorial services at the 129th Rescue Wing facilities located at Moffett Air National Guard Base in Mountain View, California. The contract will require the selected contractor to provide all necessary labor and supervision for comprehensive custodial services, while the government will supply cleaning materials and equipment. This procurement is crucial for maintaining cleanliness and hygiene within military facilities, ensuring a safe and operational environment for personnel. Interested contractors should attend a mandatory site visit on February 12, 2025, at 10:00 AM PST, and direct inquiries to CMSgt Dana Johnson at dana.johnson.16@us.af.mil or TSgt Austin Breault at austin.breault.1@us.af.mil, with the contract valued at up to $22 million over a 12-month period.
    Buckley SFB Program Management Services
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Program Management Services at Buckley Space Force Base (BSFB) in Aurora, Colorado. The procurement aims to enhance operational efficiency and mission readiness by providing comprehensive program management support, including project planning, risk management, and performance tracking. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the government's commitment to fostering participation from these firms in federal contracting. Interested contractors must submit their quotes by February 13, 2025, and direct any inquiries to Anna Mallett or Matt Kennedy by January 30, 2025. The total award amount for this contract is estimated at $25,500,000, covering a base period of 12 months with options for additional years.