99 CES COCESS Recompete
ID: FA486124R0034Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

Hardware Manufacturing (332510)

PSC

HARDWARE, COMMERCIAL (5340)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the operation of a Contractor Operated Civil Engineer Supply Store (COCESS) at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary labor, materials, equipment, and customer service to support construction and maintenance activities for authorized government personnel, ensuring efficient inventory management and compliance with government policies. This procurement is critical for maintaining operational readiness and infrastructure upkeep, with a total small business set-aside under NAICS code 332510. Interested contractors must submit their proposals by the updated deadline of October 18, 2024, and can direct inquiries to Tiffany Jones at tiffany.jones.33@us.af.mil or Edwin Gutierrez at edwin.gutierrez.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a comprehensive list of products available, primarily focused on plumbing and maintenance supplies for federal and local government usage. Key items include various models of flushometer valves, air filters, batteries, screwdrivers, faucets, and caulks, among others. Each entry specifies an EID number, product description, and quantity available, indicating a large stock for procurement. This inventory reflects a targeted supply chain designed to meet the maintenance and operational needs of government facilities. The organization of products, categorized by type with an emphasis on practical and essential items, suggests a systematic approach to inventory management. Understanding these products is vital for government agencies in preparing bids or proposals as they align with ongoing projects requiring maintenance supplies. The document serves to facilitate responses to RFPs and grants related to facility management, ensuring accessibility to critical components for infrastructure upkeep.
    The document provides a Pricing Discount Coefficient Table relevant to federal and state RFPs that outlines selected vendors and their respective discount percentages for various categories. For each category, both primary and alternate vendors are listed, each offering identical discount percentages and a coefficient factor of 100%. The categories include Electrical Systems, Power Production, HVAC/Controls, Structures, Utilities, Pavements, and Tools/Safety, with discounts ranging from 4.82% to 40.87%. Notably, Grainger is prominently featured as the primary vendor in multiple categories, while alternate vendors such as Graybar, NAPA, and Tool Source provide additional options. The document emphasizes the importance for the offeror to complete the table for both base and option years, using data derived from fiscal year 2019 historical usage percentages. This structured presentation of vendor pricing is essential for cost assessment in government procurement processes, ensuring transparency and competitive pricing.
    The document outlines the pricing proposal and evaluation process for a government Request for Proposal (RFP) involving the procurement of HVAC, plumbing, electrical, safety, and tool products. Contractors are instructed to fill in pricing for various items categorized by manufacturer and part number. The government will calculate the Total Evaluated Price (TEP) by multiplying the vendor's proposed price by historical quantities, thereby establishing a benchmark for source selection evaluations. It is emphasized that the government is not bound to purchase based on historical quantities listed. The document enumerates a detailed list of items required, indicating quantities and units of measure, which spans multiple product categories including HVAC systems from manufacturers like American Air Filter and Baldor, plumbing fixtures from American Standard, and various tools from Dewalt. This pricing proposal document is essential for ensuring a competitive bidding process that aligns with federal procurement protocols, enabling structured assessments of vendor submissions.
    The document outlines the evaluation criteria for a federal contract involving Fixed Price (FFP) purchases across various categories over a base year and four option years, with a total not to exceed (NTE) value of $6,650,665.27. Annual expenditures are estimated based on historical usage, projecting 80% of purchases through a primary database and 20% through an alternate database. Offerors must apply specific coefficients to determine applied discounts for each category, which include Electrical Systems, Power Production, HVAC/Controls, and more, using designated primary and alternate suppliers such as Grainger, Graybar, and NAPA. The spreadsheet format facilitates the calculation of total evaluated prices for bids, explicitly stating that the document is solely for source selection and not part of the award. The emphasis on historical data and predetermined supplier frameworks underscores the goal of cost-effectiveness and reliability in government procurement processes while ensuring adherence to budgetary constraints.
    The Statement of Work (SOW) outlines the requirements for a Contractor Operated Civil Engineer Supply Store (COCESS) at Nellis Air Force Base, Las Vegas, NV. The contractor is responsible for providing labor, equipment, supplies, and services to facilitate the procurement and management of materials for construction, maintenance, and repair tasks. Key objectives include operating a storefront with a variety of necessary items for authorized government personnel, ensuring quality customer service, and managing inventory using the NexGen IT system. The document details procurement processes, pricing methodologies, hazardous material management, and delivery requirements, emphasizing fair pricing and extensive documentation of transactions. The contractor must provide significant oversight for hazardous materials, compliance with safety regulations, and maintain records for inspection. Additionally, service delivery objectives and performance evaluation metrics are established to monitor quality. This initiative exemplifies the government’s commitment to efficient materials management for civil engineering tasks while ensuring adherence to necessary regulations and responsive support, emphasizing both operational integrity and compliance with federal standards.
    The 99th Contracting Squadron of the Air Force is soliciting proposals for a Contractor Operated Civil Engineering Supply Store (COCESS) to provide Vertical Transportation Equipment Maintenance, Repair, and Inspection services at Nellis Air Force Base, Nevada. A key component of proposal evaluation is the Past Performance Evaluation Survey, which seeks detailed feedback regarding the offerors' past contract performance. Organizations with direct experience working with the offerors are asked to complete a questionnaire and provide insights on aspects such as technical performance, issue resolution, and ability to meet program requirements. The completed surveys are due by 21 October 2024 and can be submitted electronically. This process is vital for assessing the contractors' capabilities and ensuring a successful selection for the upcoming contract. The document outlines the required information and structure for the performance evaluation, including sections for contract identification, customer information, and performance ratings using a defined scale ranging from "Exceptional" to "Unsatisfactory." Overall, the evaluation aims to establish a firm basis for contract decisions and timely negotiations based on historical performance data.
    This document addresses a Request for Proposal (RFP) for the Contractor Operated Civil Engineering Supply Store (COCESS). Key updates include the new question deadline set for October 18, 2024, and a shortened contract period of two years, attributed to market volatility and changes in scope. The solicitation aims to recompete the existing contract (FA486121D0008) before its expiration in 2026. Queries regarding the availability of incumbent personnel and government-owned equipment are noted but deferred to contractor discussions. There are also clarifications about the selection of vendors in the pricing databases, allowing contractors flexibility in vendor choice. The RFP also includes edits related to the SPI List, pricing structures, and holiday consideration, confirming the inclusion of Juneteenth. Overall, the document facilitates clarity and updates for potential contractors interested in participating in the supply contract, ensuring compliance and competitive bidding.
    This document is a combined synopsis and solicitation (FA486124R0034) for a Contractor Operated Civil Engineering Supply Store (COCESS) at Nellis AFB, NV, utilizing a Firm Fixed Price contract under Simplified Acquisition Procedures. It invites proposals from eligible small businesses within the NAICS code 332510, emphasizing that the government will select the lowest priced quote that meets the technical and past performance requirements. Offerors must provide comprehensive proposals including a Quality Control Plan, a Transition Management Plan, and past performance references, all completed within specified limits. The evaluation will be based on three factors: Technical Capability, Past Performance, and Price, with each rated as Acceptable or Unacceptable. The period of performance spans from November 1, 2024, to October 31, 2025, with a potential extension. Offerors must submit their quotes electronically by October 23, 2024, and follow strict guidelines regarding proposal formatting, content, and submission protocols. Key attachments detail requirements for pricing, service expectations, and additional documentation necessary for an acceptable submission. The solicitation emphasizes adherence to government procurement regulations and aims to support effective service delivery for maintenance and repair operations at the Air Force base.
    The Statement of Work (SOW) outlines the requirements for a Contractor Operated Civil Engineer Supply Store (COCESS) at Nellis Air Force Base in Las Vegas, NV. The contractor is responsible for providing labor, materials, equipment, and customer service to support construction and maintenance activities for authorized personnel. Key objectives include efficient inventory management, adherence to fair pricing standards, and compliance with government policies regarding hazardous materials. The SOW specifies responsibilities for inventory processing, delivery requirements, authorized users for material issues, and protocols for handling hazardous materials. Performance is assessed against established delivery objectives and quality control measures. Additional sections cover government-furnished property, contractor responsibilities, hours of operation, and security requirements. This document reflects the government's procurement process and emphasizes the need for compliant, efficient services tailored to governmental needs, aligning with broader RFP and grant objectives.
    The 99th Contracting Squadron of the Air Force seeks proposals for a Contractor Operated Civil Engineering Supply Store (COCESS) at Nellis Air Force Base, Nevada. A crucial component of the proposal evaluation process involves assessing the past performance of offerors, with the intent to gather insights from organizations that have previously worked with them. A questionnaire has been provided, focused on specific performance criteria, requiring responses to be submitted by October 24, 2024. The document includes structured sections such as Contract Identification, Customer Identification, Respondent Identification, and Performance Information, with a performance rating scale ranging from Exceptional to Unsatisfactory. Respondents are expected to provide detailed evaluations of contractor performance, including contract execution, inventory management, and responsiveness to issues. The information collected will play a vital role in the source selection and is crucial for timely procurement decisions. The nature of this document reflects standard practices in government procurement processes relating to RFPs, emphasizing robust evaluation methodologies based on past performance.
    The document outlines a combined synopsis/solicitation for a Request for Quote (RFQ) regarding the operation of a Contractor Operated Civil Engineer Supply Store (COCESS) at Nellis AFB, NV. The contract will be awarded to the responsible offeror who meets specific criteria: adhering to solicitation requirements, having acceptable past performance and technical capability, and submitting the lowest total evaluated price. The contracting process is set as a Total Small Business set-aside under NAICS code 332510. The period of performance is from November 1, 2024, to October 31, 2025, with an additional ordering period available. Offerors are required to follow detailed submission instructions, ensuring proper formatting, content, and completion of necessary attachments, all to be submitted electronically. Evaluation criteria will focus on technical set-asides, past performance ratings, and price reasonableness, with awards likely made without further discussions. The document includes critical submission protocols and outlines the conditions for successful bids, emphasizing adherence to specifications in the Statement of Work and the importance of timely and accurate submissions. This solicitation aims to ensure that quality support services for facility maintenance and repair are provisioned to the U.S. Air Force efficiently and successfully.
    Lifecycle
    Title
    Type
    99 CES COCESS Recompete
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    99 CES Barrier Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the maintenance and repair of vehicle barrier systems at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary personnel, equipment, and services to ensure the effective operation of these systems, which include various components such as actuators, control systems, and safety loops. This procurement is critical for maintaining security infrastructure at military installations, ensuring the safety and functionality of vehicle barriers. Proposals are due by October 28, 2024, and interested parties should direct any questions to Lisa Hallberg at lisa.hallberg.1@us.af.mil. The contract is set to span from December 25, 2024, to December 24, 2029, with a total estimated value of $275,000.
    Nellis AFB 40YD Dumpster Roll-Off Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for the procurement of 40YD Dumpster Roll-Off Service for Nellis AFB. This service is typically used for housekeeping and trash/garbage collection purposes. The procurement will be set aside for small businesses, and the place of performance is Nellis AFB in Nevada, USA. The period of performance is from November 10, 2023, to November 9, 2024. Interested parties are invited to submit a complete quote via email, following the provided instructions. The evaluation of offers will consider technical capability and price, with the lowest price technically acceptable methodology being used. The deadline for submitting offers is November 8, 2023, at 12:00 PM PDT. For more information, interested parties can contact Suzanna Kussman, the Contract Specialist, or Adam R. Confer, the Contracting Officer.
    2025 Air Show Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for logistical support services for the 2025 Aviation Nation Air Show at Nellis Air Force Base, Nevada. The contractor will be responsible for managing essential logistics, including the assembly of tent complexes, seating arrangements, and equipment for approximately 200,000 attendees, while ensuring compliance with safety standards and accessibility requirements. This procurement is critical for the successful execution of a large-scale military event, emphasizing the need for structured logistical operations. Interested small businesses must submit their quotes by October 25, 2024, and are encouraged to RSVP for a site visit scheduled for October 8, 2024. For further inquiries, contact 1st Lt Vincent McDonough at vincent.mcdonough.2@us.af.mil.
    Base Operations Support Contract for Naval Air Station Fallon, Nevada
    Active
    Dept Of Defense
    The Department of Defense, through NAVFAC Southwest, is soliciting proposals for a Base Operations Support Contract (BOSC) at Naval Air Station Fallon, Nevada. The contract aims to provide comprehensive maintenance and support services for various tenant commands and associated areas, ensuring quality service delivery through a combination of recurring and non-recurring work. This procurement is critical for maintaining operational readiness and efficiency at NAS Fallon, with a contract structure that includes a six-month base period and multiple option periods extending up to 66 months. Interested contractors must submit their proposals by October 25, 2024, and can direct inquiries to Christopher Jennen at Christopher.J.Jennen.civ@us.navy.mil or Christine Roundy at christine.a.roundy.civ@us.navy.mil.
    Comprehensive Construction & Engineering (C2E) MATOC IDIQ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Comprehensive Construction & Engineering (C2E) MATOC IDIQ contract, which encompasses worldwide Design-Build (DB) and Design-Bid-Build (DBB) construction services. This contract aims to provide a full range of construction methods and technologies to support the design and construction of new facilities, as well as the repair, renovation, and restoration of existing infrastructure. The primary user of this contract will be the Air Force Civil Engineer Center (AFCEC), with potential users including various defense and government agencies such as NASA and the U.S. Army. Proposals are due by October 10, 2024, and interested parties should direct inquiries to the C2E Team at 772ESS.PKA.C2E@us.af.mil. All solicitation documents can be accessed through the PIEE Solicitation module.
    CONTRACTOR-OWNED, CONTRACTOR OPERATED (COCO) RETAIL FUEL SERVICES IN ALTUS AFB, OKLAHOMA
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking proposals for Contractor Owned Contractor Operated (COCO) retail fuel services at Altus Air Force Base in Oklahoma. The contract aims to provide comprehensive management of fuel operations, including the receipt, storage, and dispensing of unleaded gasoline and diesel fuel, ensuring compliance with safety, environmental, and quality standards. This procurement is critical for maintaining efficient fuel operations that support military readiness and operational integrity. Interested small businesses must submit their proposals by September 19, 2024, with inquiries directed to Candice Ekwoge at Candice.Ekwoge@dla.mil or Dominique Vest at Dominique.1.Vest@dla.mil.
    152 AW Secondary Crash Net Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Nevada Air National Guard, intends to award a sole source contract for the repair and replacement of a secondary crash net operations system. This procurement is essential for maintaining operational readiness during airfield-related emergencies, such as in-flight crises and severe weather alerts, as mandated by Air Force regulations. The existing system is critical for ensuring safety and effective response during emergencies, and the selected contractor will be responsible for delivering and installing the necessary repairs as soon as possible. Interested firms are encouraged to submit their technical capabilities and relevant information to Alex Norris at alex.norris@us.af.mil or Keith Trimble at keith.trimble.1@us.af.mil by the specified deadline, as this is a total small business set-aside under NAICS Code 334210.
    AFNORTH Support Services Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the AFNORTH Support Services Contract at Tyndall Air Force Base, Florida. This contract aims to provide comprehensive management and labor support for the Continental United States NORAD Region, First Air Force, and associated units, in accordance with the Performance Work Statement. The contract will be awarded as a firm-fixed price agreement with a one-year base period and four optional twelve-month extensions, emphasizing the importance of these services for national defense operations. Proposals are due by November 1, 2024, at 2:00 p.m. CDT, and interested vendors must register in the System for Award Management (SAM) and submit inquiries via email to David Hackney or James Vaughan.
    Laser Engraver
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a Fusion Pro 48 CO2 laser engraver or an equivalent model, intended for use at Keesler Air Force Base in Biloxi, Mississippi. The requirements include a high-speed large format engraver with specific capabilities such as a work area of 48” x 36”, compatibility with Windows 10 or newer, and advanced functionalities like automatic focus and job tracing. This equipment is crucial for enhancing the engraving capabilities of the Keesler Arts & Crafts Center, thereby improving the range of services offered to the community. Interested small businesses must submit their proposals by October 21, 2024, and direct inquiries to SSgt Taylor Williams at taylor.williams.26@us.af.mil or Kimbery L. Alvarez at kimberley.alvarez.1@us.af.mil.
    NAVAL AIR STATION CORPUS CHRISTI CCAD B340 RAMP REBUILD
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for the B340 Ramp Rebuild project at Naval Air Station Corpus Christi, Texas. This procurement aims to award a firm-fixed price contract to a small business contractor for the repair and alteration of real property, with a project magnitude estimated between $1,000,000 and $3,000,000. The successful contractor will play a crucial role in enhancing the operational capabilities of the Corpus Christi Army Depot. Interested parties should note that a site visit is scheduled for October 22, 2024, at 8:30 A.M. (CDT), and proposals are due by November 14, 2024, at 3:00 P.M. (CST). For further inquiries, contact Cynthia Ramos-Cisneros at cynthia.k.ramos-cisneros.civ@us.navy.mil or Danny Ortiz at danny.ortiz24.civ@us.navy.mil.