Work In Process Control Area (WIPCA) Labor Support Services at DLA Distribution Corpus Christi, Texas
ID: SP3300-24-R-5002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISTRIBUTIONNEW CUMBERLAND, PA, 17070-5008, USA

PSC

HOUSEKEEPING- WAREHOUSING/STORAGE (S215)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE is seeking Work In Process Control Area (WIPCA) Labor Support Services at DLA Distribution Corpus Christi, Texas. This service is typically used for providing all management, supervision, and labor required for Beyond Economical Repair (BER) and receipt, stow, issue, local delivery of material, and Computer Operations in the Work in Process Control Area (WIPCA) of the Corpus Christi Army Depot (CCAD) Maintenance Activity. The anticipated period of performance for this contract is from October 1, 2024, through September 30, 2029. The Small Business Administration’s 8(a) program will provide for full and open competition after the exclusion of sources under FAR Part 15, Contracting by Negotiation. The North American Industry Classification System (NAICS) code and size standard are 493110 and $34 million, respectively. The incumbent contractor is Bowhead Operations and Maintenance Solutions, LLC performing under Contract No. SP3300-20-C-5001. Interested offerors are encouraged to register as an interested vendor and a site visit is planned for the week of January 22, 2024. For more information, contact Angel Maldonado at angel.maldonado@dla.mil and Daniel Lentz at daniel.lentz@dla.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    Similar Opportunities
    MOVING SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide moving services at the Corpus Christi Army Depot in Texas. The objective is to relocate office-related supplies and equipment from designated buildings to the newly constructed Administrative Annex facility, with service dates to be coordinated with the Contracting Officer's Representative. This procurement is crucial for ensuring a smooth transition and operational continuity for the Army's needs, adhering to federal standards and regulations. Interested parties must submit their proposals, including technical and pricing information, by 1:00 PM on October 1, 2024, and are encouraged to attend a site visit scheduled for September 24, 2024. For further inquiries, contact Terry B. Clark at terry.b.clark4.civ@army.mil or call 361-961-6489.
    Solicitation for Automated Storage & Retrieval System (ASRS) Data Migration Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Automated Storage & Retrieval System (ASRS) Data Migration Services at the Corpus Christi Army Depot (CCAD) in Texas. The primary objective is to migrate ASRS data from HP EVA to Primera, along with providing on-site storage consulting services for a duration of five days. This procurement emphasizes the federal government's commitment to engaging small businesses, including service-disabled veteran-owned and women-owned enterprises, while ensuring compliance with relevant laws and ethical standards. Interested parties must submit their bids by 1:00 PM on September 25, 2024, and can direct inquiries to Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or Dawyn M. Martinez at dawyn.m.martinez.civ@army.mil.
    Repair Service for Corpus Christi Army Depot’s Campbell Grinding Machine.
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at the Corpus Christi Army Depot, is seeking potential sources for the repair service of the Campbell Grinding Machine, which is critical for daily metalworking operations. The contractor will be responsible for all aspects of the repair, including personnel, equipment, and adherence to quality control standards, as outlined in the Performance Work Statement (PWS). This requirement is essential due to the proprietary nature of the machine's maintenance, which cannot be performed in-house, ensuring operational readiness and compliance with necessary regulations. Interested parties must submit their responses electronically to Terry B. Clark at terry.b.clark4.civ@army.mil by 12:00 p.m. Central Standard Time on September 24, 2024, with no funds available for response preparation.
    Construction Requirements Contract
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE Defense Logistics Agency is seeking a Construction Requirements Contract for the repair or alteration of other warehouse buildings at DLA Distribution Susquehanna (DDSP), New Cumberland and Mechanicsburg PA Sites. The contract will be a five-year multiple award Indefinite Delivery Indefinite Quantity (ID/IQ) contract with a total combined contract value of $45,000,000. The work will include various construction/building related efforts such as industrial, recreational, general, alteration, maintenance, repair, design/build, and new projects. The contract will be set aside for small businesses, with reservations for Women Owned Small Business (WOSB), Service-Disabled Veteran Owned Business (SDVOSB), and Historically Underutilized Business Zone Business (HUBZone). The solicitation is expected to be issued on or around April 15, 2024, and the contract ordering period is anticipated to be from August 1, 2024, through July 31, 2029. The minimum ordering limitation per task order will be $3,500.00, and the maximum ordering limitation per task order will be $7,000,000.00. Task orders will generally range between $50,000.00 and $300,000.00. Prospective offerors must be registered in the System for Award Management (SAM) Database at http://www.sam.gov to be considered for award.
    Gulf Intracoastal Waterway, Texas, Placement Area No. 118-A Improvements, Dike Repair and Shoreline Erosion Protection in Calhoun County, Texas. (Previously W912HY23B0004)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a contract for the Gulf Intracoastal Waterway, Texas, Placement Area No. 118-A Improvements, Dike Repair and Shoreline Erosion Protection in Calhoun County, Texas. This project involves the repair and protection of dikes and shoreline erosion in Calhoun County, Texas. The contract requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) prior to responding to the solicitation. The project includes the construction of various structures such as drop outlet structure, access dike, containment dike, training dike, revetment, and breakwater. The completion time for the project is 274 calendar days. The contract will be a firm-fixed price contract with a magnitude between $5,000,000.00 and $10,000,000.00. The solicitation will be issued on or about 10 October 2023, with a response date of 9 November 2023. Contractors must be registered with the Systems for Award Management (SAM) to be eligible for the contract. For more information, contact Ms. Lucille Smith at (409) 766-3845 or Lucille.r.smith@usace.army.mil.
    Semi- Preventative Maintenance Service on the X-Ray Machine and Enclosure
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at the Corpus Christi Army Depot, is seeking sources for semi-preventative maintenance services on an X-Ray machine and enclosure. The contract requires the contractor to perform two maintenance visits per year, ensuring the X-Ray system's optimal functionality, which is critical for safety evaluations in aviation and weapons systems. Interested parties must submit their responses, including organizational details, to the Contract Specialist, Terry B. Clark, via email by 12:00 p.m. Central Standard Time on September 24, 2024. This opportunity is part of market research to determine procurement methods and may lead to small business set-asides or full and open competition.
    (Pre-solicitation Notice) DPW Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for DPW Support Services at Joint Base Lewis-McChord (JBLM) in Washington. The contractor will be responsible for providing IT and business support services as part of the DPW IT Department, Business Operations and Integration Division, and Engineering Services Division, with potential work at the Yakima Training Center. This procurement is crucial for maintaining operational efficiency and support within the public works sector of the military installation. The solicitation is anticipated to be released around August 23, 2024, with a projected closing date of September 23, 2024, at 12:00 PM Pacific Standard Time. Interested parties can contact Terrance J. Bond at terrance.j.bond.civ@army.mil or Angela K. Chaplinski at angela.k.chaplinski.civ@army.mil for further information.
    Paint Exteriors of warehouses
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a contractor to paint the exteriors of warehouses 14, 15, 17, and 18 at DLA Distribution San Joaquin CA (DDJC), Tracy Site, 25600 South Chrisman Rd, Tracy, CA 95304. The project includes repainting various surfaces such as concrete walls, metal piping, gutters, railings, doors, siding, ladders, and more. The contractor must also replace damaged caulking and sealant, abrasive strips on concrete dock stairs, and dispose of lead-based paint if necessary. The work must be completed within 240 calendar days from the Notice to Proceed (NTP) and during regular working hours. This procurement is set aside for small businesses, with a size standard of $15,000,000. The estimated construction effort is between $1,000,000.00 and $5,000,000.00. The Invitation for Bid (IFB) is tentatively scheduled to be issued around July 28, 2016, and a pre-proposal/site visit will be conducted. Prospective offerors must be registered in the System for Award Management (SAM) Database. The lowest responsive, responsible bidder will be awarded the contract.
    USNS LEWIS AND CLARK (T-AKE 1) Lay Berth and Regular Overhaul/Dry Docking
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's Military Sealift Command in Norfolk, is seeking proposals for the lay berth and regular overhaul/dry docking of the USNS Lewis and Clark (T-AKE 1). The contract requires the contractor to prepare for and execute the specified lay berth and overhaul activities in accordance with the provided work item package, with performance periods anticipated from March 2025 through September 2026. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in supporting naval operations. Interested small businesses are encouraged to submit proposals, with the solicitation expected to be released on or around September 18, 2024. For further information, potential bidders can contact Damian Finke at damian.w.finke.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil, and must complete a Non-Disclosure Agreement to access technical data related to the project.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Active
    Dept Of Defense
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.