Facility Exhaust System - Draft RFP
ID: FA910125RB001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9101 AEDC PKP PROCRMNT BRARNOLD AFB, TN, 37389-1332, USA

NAICS

All Other Industrial Machinery Manufacturing (333248)

PSC

COMPRESSORS AND VACUUM PUMPS (4310)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the design, procurement, and installation of a Facility Exhaust System at Arnold Air Force Base in Tennessee. This competitive acquisition aims to establish an independent exhaust system capable of managing varying flow rates while adhering to strict safety and environmental standards, including OSHA emissions compliance. The project is critical for enhancing testing capabilities related to high-temperature materials and is expected to be completed within a three-year delivery period following contract award. Interested vendors should direct inquiries to Haley Smith or Virginia Jones via email and are encouraged to submit feedback on the Draft Request for Proposal (RFP) by October 18, 2024, to ensure a fair and competitive bidding process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Women-Owned Small Business (WOSB) solicitation for a contract to provide commercial products and services related to a Facility Exhaust System. Key components include project management support, design, equipment procurement, and installation of the exhaust system, all priced at a firm fixed rate. The solicitation specifies delivery terms, payment methods, and various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses that govern the contract. It also emphasizes the importance of utilizing small businesses, including economically disadvantaged women-owned, service-disabled veteran-owned, and HUBZone small businesses. Additionally, the document contains information on unique item identification requirements for delivered items, health and safety regulations, contracting officer responsibilities, and compliance with relevant laws and regulations. The purpose of this solicitation is to engage qualified bidders to enhance government procurement efficiency while supporting small business initiatives. Overall, it serves as a comprehensive guide for vendors to understand the bidding process, requirements, and standards expected in the fulfillment of the contract.
    The document outlines the objectives and requirements for the design, construction, and installation of a facility exhaust system at the AEDC (Arnold Engineering Development Complex). The project's main purpose is to create a system capable of managing exhaust vacuum for high-temperature arc heaters. Key contract objectives include defining specific work to be performed, establishing milestones, specifying data deliverables, and ensuring the government retains unlimited rights to all resulting technical data. A quality control plan is mandated to meet contract standards and milestones effectively. Critical performance parameters demand the exhaust system to operate efficiently while ensuring safety compliance with OSHA standards. The exhaust system will utilize a steam ejector and boiler system, among other requirements, to maintain optimal operational conditions. The document emphasizes the need for flexibility in program management, allowing contractors to manage schedules and risks effectively. The focus on exhaust system design highlights the importance of both operational capacity and environmental regulations in the context of government contracts and federal project requirements.
    The document pertains to the authorization process for providing past performance information as part of the Request for Proposal (RFP) FA9101-25-R-B001 for the Facility Exhaust System by the Department of the Air Force. It outlines the requirement for offerors to obtain client consent before disclosing performance details to the government, emphasizing the importance of past performance evaluations in the selection process. Offerors must submit client authorization letters from commercial customers listed in their proposals, allowing these clients to provide feedback on the offeror's work when contacted by the government. The document includes a draft template for such authorization letters, highlighting the need for cooperation and clear communication with identified client contacts. This process ensures that the government can thoroughly assess the relevancy and reliability of the offeror's previous work before making a selection.
    The document outlines requirements for a consent letter from joint venture partners or major subcontractors regarding the disclosure of their past performance information to a prime contractor as part of the proposal for the Department of the Air Force's Request for Proposal FA9101-25-R-B001 for the Facility Exhaust System. It emphasizes the Government's need for this consent before sharing performance data, reflecting a trend towards prioritizing past performance during source selection for federal contracts. The consent letter template is provided, requiring details such as the nature of participation and a signature from an authorized individual. This procedure aims to strengthen evaluation processes by ensuring that relevant past performance information is accessible to the prime contractor, thereby aiding the Government in making informed decisions based on performance confidence assessments.
    The document titled "Relevancy Matrix" relates to the Facility Exhaust System under RFP FA9101-25-R-B001. Its primary purpose is to outline the technical capabilities required for designing and analyzing various industrial systems related to facility exhaust operations. Key areas of focus include the design and analysis of air ducts, large steam systems, steam ejectors, heat exchangers, and PLC-based industrial control systems. The matrix lists both design and integration capabilities, detailing the necessary technical resources for executing projects involving civil and structural construction, as well as the integration of industrial equipment with existing utilities. This comprehensive breakdown serves to evaluate potential subcontractors or joint ventures' qualifications in alignment with the project needs. The document is structured to provide a clear view of required skills and resources, underscoring the critical nature of robust design and integration capabilities in achieving efficient facility exhaust operations. Ultimately, this matrix aids in the selection process for contractors meeting the specific requirements of the government RFP, ensuring the successful implementation of related projects.
    The document outlines the requirements for submitting a proposal related to the Facility Exhaust System under federal RFP FA9101-25-R-B001. Offerors need to provide detailed information on materials priced at $100K or higher, including a fully burdened cost that encompasses overhead and other surcharges. The Pricing Sheet should reflect total labor costs categorized by task, differentiating between subcontractor labor and company labor. Offerors may include lump-sum pricing for supplies but must separately itemize capital investments. The document specifies a structure for the submission, detailing expected information about material categories, which must be linked to the Total Evaluated Price (TEP). Additionally, there is flexibility in providing alternate milestone proposals. The document emphasizes the importance of providing accurate and complete pricing information, with spaces set aside for various resource itemizations necessary for evaluation.
    The document outlines the requirements for a Facility Exhaust System as specified in RFP FA9101-25-R-B001, managed by the Arnold Engineering Development Center. Key specifications include a need for an independent exhaust plant capable of varying flow rates between 1-50 lbm/sec while maintaining strict static pressure limits and ensuring compliance with OSHA emissions standards. The system must allow quick preparation between tests, and any expansions should require minimal downtime. It details performance thresholds such as exhaust durations, cooling capabilities, and control systems that do not require active feedback from other facilities. Environmental conditions allow for outdoor temperatures from -20F to 120F, with design constraints emphasizing safety and reliability in high-pressure systems, water filtration, and compliance with various engineering codes. Additionally, all equipment must be owned by the government post-installation, ensuring no proprietary subcontractor technology is included. The summary captures a complex apparatus design aimed at advancing testing capabilities while adhering to rigorous safety and operational standards.
    The document outlines the Small Business Participation Commitment necessary for the Facility Exhaust System acquisition (FA9101-25-R-B001). It mandates all offerors, irrespective of size, to submit a Small Business Participation Commitment Document, promoting a minimum of 20% participation of Small Businesses in total contract value, either as prime providers or subcontractors. Key components include identifying the prime offeror's business size, specifying the overall percentages of contract work allocated to both Large and Small Businesses, and detailing participation percentages for various Small Business categories such as Small Disadvantaged Business (SDB) and Woman Owned Small Business (WOSB). Offerors must provide a breakdown of services that Small Businesses will perform and describe their commitments regarding small business utilization, including formal and informal agreements. For businesses considered "other than Small Businesses," a comprehensive subcontracting plan consistent with the Small Business Participation Plan is also required to qualify for contract awards. This document serves as a critical framework to enhance Small Business involvement in government contracts and ensures compliance with federal requirements.
    The document is a draft for an evaluation framework regarding a federal Request for Proposals (RFP) for a Facility Exhaust System, governed by various acquisition regulations. It establishes criteria for the competitive best value source selection process, emphasizing that proposals will be evaluated based on Technical factors, Past Performance, Price, and Small Business participation. Technical evaluations will assess design, manufacturing, and integration capabilities, among other aspects, highlighting the importance of meeting detailed requirements. Past Performance will gauge the Offeror's reliability, considering recency and relevance of prior contracts. Price assessments focus on completeness, reasonableness, and any unbalanced pricing risks. The Small Business factor evaluates Offerors' commitment to involving small businesses in the project. Notably, the selection may favor higher-priced proposals if justified by superior technical capabilities or past performance. This assessment framework seeks to ensure a comprehensive evaluation to yield an advantageous outcome for the Government while promoting opportunities for small business participation.
    The purpose of the document is to outline the procedures for obtaining the Technical Requirements Document (Attachment 2) for the Facility Exhaust System contract (FA9101-25-R-B001), which is restricted to certified Department of Defense contractors. To access this document, companies must be enlisted in the Joint Certification Program (JCP). Interested contractors can request the document by emailing the Contracting Officer with their approved DD Form 2345. Once JCP certification is confirmed, the document will be sent to the company’s designated Data Custodian for further distribution. This process is critical to ensure that sensitive technical information is shared only with authorized entities within the defense contracting community, thus maintaining security and compliance with federal regulations.
    The document outlines a site plan for the Independent Exhaust Boundary at Arnold Air Force Base, Tennessee, developed by the U.S. Air Force/AEDC. It specifies the job number (15871) and includes details of the drawing revision (0, dated 7/20/2024) issued for use. The roles in the project include drafter, designer, engineer, checker, and approver, although specific individuals are not named within the document. It emphasizes the engineering and design components essential for the project's implementation. The layout and purpose of the site plan are likely focused on regulatory compliance and operational efficiency concerning exhaust management. The document represents part of broader efforts to manage environmental impacts, supporting federal interests in maintaining military facilities. Overall, it acts as a foundational reference for stakeholders involved in the planning and approval process of this engineering project.
    The document outlines the Contract Data Requirements List (CDRL) for the Facility Exhaust System related to the Air Force program. It specifies the submission of various data items including Conceptual Design Drawings, Test Plans and Reports, Risk Assessments, and an Integrated Master Schedule, among others. The CDRL provides detailed instructions concerning submission formats, frequency, distribution, and required supporting documents for each data item. Key requirements include the need for design drawings at specific milestones (10%, 30%, 60%, 90%, 100%), electronic submissions to designated personnel, and adherence to DoD distribution guidelines, including ITAR restrictions on technical data. The document emphasizes the need for a clear project management plan and continuous updates based on project changes. Overall, the CDRL serves to ensure comprehensive oversight and management of data submissions throughout the project lifecycle, facilitating compliance with federal contracting standards and project requirements.
    The document outlines a federal government Request for Proposals (RFP) aimed at soliciting bids for various projects related to public services and infrastructure improvements. It delineates specific objectives, eligibility criteria, and funding availability for interested bidders, emphasizing collaboration with federal entities. The key components include project scope, expected outcomes, evaluation criteria for proposals, and deadlines for submission. The RFP seeks to engage local and state governments, as well as private organizations, in order to enhance service delivery and achieve better outcomes for communities. The emphasis on accountability and measurable performance indicators is critical, ensuring that funded activities align with the overarching federal goals. This initiative reflects the government’s dedication to fostering partnerships that drive innovation and efficiency within public services.
    The document FA9101-25-R-B001 outlines instructions for Offerors participating in a federal procurement for the Facility Exhaust System. It emphasizes compliance with all solicitation requirements, including technical, contractual, and organizational factors that affect eligibility for award. Key sections detail the need for a thorough proposal, including a Mitigation Plan for Organizational Conflicts of Interest (OCI) and guidelines on cross-team restrictions. Submitted proposals must include five distinct volumes: Contract Documentation, Technical Proposal, Past Performance Information, Price Proposal, and Small Business Participation Commitment. The source selection methodology prioritizes best value, potentially awarding contracts without discussions, but Offerors should submit their best terms initially. The proposal must address technical capabilities, past performance, integration capabilities, and an Integrated Master Schedule. An emphasis on small business participation is crucial, requiring a commitment of at least 20% of total contract value. Overall, this RFP document serves as a comprehensive guide for Offerors on submitting proposals, ensuring clarity on requirements, evaluation criteria, and compliance with federal procurement practices. The overarching goal is to solicit competitive and capable bids that can fulfill the project's contractual obligations effectively.
    The document outlines the instructions for utilizing the Past Performance Information (PPI) Tool as part of the proposal submission process for the Facility Exhaust System RFP (FA9101-25-R-B001). Offerors must request the PPI Tool via email, save it correctly, and follow detailed steps to input their past performance data. Key steps include enabling content in Microsoft Access, setting up the contractor's name and RFP number, and entering business relationships. The PPI Tool requires information on contract history, including details such as contract type, value, performance periods, and subcontracting plan compliance. The structure guides users through initializing the tool, entering performance data, and managing business relationships effectively. This document serves as a critical resource for contractors to ensure correct and complete submission of past performance data, which is essential for evaluating their proposals in line with government standards. Proper adherence to these instructions is vital for successful RFP participation.
    The document is a Past/Present Performance Questionnaire (PPQ) for a Facility Exhaust System contract (FA9101-25-R-B001) and is crucial for source selection in government contracting. It collects detailed contractor information such as contact details, contract specifics, and performance metrics necessary for evaluating past performance. The questionnaire is structured into four main sections: contract identification, respondent details, general comments, and performance evaluation. It includes a performance rating scale ranging from "Exceptional" to "Unsatisfactory" to assess various factors such as design-build capabilities, quality of work, timeliness, responsiveness, management of subcontractors, and change/cost control. Respondents are asked to provide qualitative feedback, including strengths and weaknesses of the contractor, and whether any cure notices were issued under the contract. The document emphasizes the importance of accurate assessments to ensure the contractor's past performance is adequately reviewed, guiding future contract awards. This questionnaire underscores the federal government's commitment to maintaining high standards in contractor performance and compliance with agreed-upon requirements, which is a fundamental aspect of government RFP processes.
    The Arnold Engineering Development Complex (AEDC) at Arnold Air Force Base, TN, is seeking a contractor for the Facility Exhaust System project. This initiative involves designing, procuring, and installing a system to manage exhaust from arc heaters used in high-temperature materials testing. Proposal evaluation will include assessing the past and current performance of offerors, with feedback from agencies having prior experience with them being vital. A Past Performance Questionnaire (PPQ) is attached to facilitate this evaluation, and evaluators are requested to complete and return it via email by a specified date. The information will be classified as source selection data and included in official records. Prompt responses are crucial for timely acquisition, and inquiries can be directed to the Procuring Contracting Officer. The overall goal is to ensure effective contractor selection for this essential project.
    The document outlines the Draft RFP for the Facility Exhaust System under reference FA9101-25-R-B001, which addresses questions and answers related to the procurement process. Its primary aim is to solicit proposals for enhancing exhaust systems within designated facilities, ensuring compliance with federal standards and operational efficiency. The document includes crucial information regarding project specifications, vendor qualifications, and compliance requirements that potential bidders must meet. It emphasizes the importance of performance criteria, maintenance protocols, and safety regulations in the design and installation of the exhaust systems. Additionally, the responses to various queries offer clarification on project parameters and expectations, guiding interested parties in preparing their bids. This draft RFP serves as a crucial document for fostering transparency and competitive bidding in the federal procurement process, showcasing government's commitment to maintaining high operational standards and safety in facility management.
    This memorandum outlines a Draft Request for Proposal (DRFP) No. FA9101-25-R-B001 for a Facility Exhaust System at Arnold Air Force Base, Tennessee. The project entails the design, procurement, and installation of an exhaust system over a proposed three-year period following award. The Air Force aims to define the requirements clearly, enabling industry participants to submit firm-fixed-price proposals. The government emphasizes the importance of industry feedback on the RFP’s clarity, evaluation criteria, and proposal guidelines to foster a competitive acquisition process. Proposals will be assessed based on technical capability, past performance, pricing, and commitment to small business participation. Interested vendors are instructed to access restricted technical documents by submitting their company's approved DD Form 2345. Questions or comments must be submitted by 18 October 2024, with all feedback considered for the final RFP. This draft does not obligate the government to award a contract or fund any incurred costs. Overall, the document serves as a preliminary engagement with industry to refine the solicitation process for the Facility Exhaust System project.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    AEDC Test Capability Expansion
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force, is seeking commercial services to support the expansion of test capabilities at the Arnold Engineering Development Complex located at Arnold Air Force Base in Tennessee. The primary objectives of this procurement include the reactivation of a large industrial-grade heater to operate alongside an existing unit and the installation of a ducting system, complete with valves and hydraulic skids, to effectively channel heated air to the test cell. This initiative is crucial for enhancing the government's test facilities and ensuring stable conditions during testing processes. Interested contractors must submit their responses, including company information and technical capabilities, by October 11, 2024, to Brooke Vandeman at brooke.vandeman@us.af.mil, as this notice serves as a Sources Sought announcement rather than a formal solicitation.
    99 CES Hoods and Ducts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for exhaust system cleaning services at Nellis Air Force Base (AFB) under the title "99 CES Hoods and Ducts." The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform comprehensive cleaning of exhaust ducts, fans, and related equipment at various food service facilities, ensuring compliance with safety standards and regulations. This procurement is crucial for maintaining safe exhaust systems that prevent fire hazards, reflecting the government's commitment to safety and operational efficiency at Nellis AFB. Proposals are due by October 7, 2024, at 12:00 PM PDT, and interested parties should contact Tiffany Jones at tiffany.jones.33@us.af.mil or Rachel Tilley at rachel.tilley.1@us.af.mil for further information.
    Ruggedized Pressure Scanners
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for ruggedized pressure scanners to replace existing systems at Arnold Air Force Base in Tennessee. The procurement aims to identify both small and large businesses capable of providing a commercial off-the-shelf (COTS) solution that meets specific technical requirements, including time-stamping capabilities and Ethernet communication with government systems. This initiative is crucial for upgrading the Air Force's ground test facilities to enhance operational efficiency and reliability. Interested vendors must submit their capabilities and relevant company information by 1:00 PM Central Time on October 16, 2024, to the primary contact, Haley Smith, at haley.smith.10@us.af.mil, with no funding allocated for preparation costs.
    VENTILATING, SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of ventilating systems for the C-130 Aircraft, specifically under NSN: 1560-011293919. This presolicitation notice indicates a requirement for an Indefinite Quantity Contract with an estimated maximum order quantity of 16 units over a five-year period, emphasizing that the procurement is a Total Small Business Set-Aside. The goods are critical for aircraft operations, and the contract will be awarded based on a combination of price, past performance, and other evaluation factors. Interested vendors must submit their proposals by fax to (804) 279-4165, with the solicitation issue date set for October 18, 2024. For further inquiries, contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    CLEANING COMMERCIAL KITCHEN EXHAUST SYSTEMS
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Gregg-Adams, Virginia, is seeking proposals for a non-personal services contract to provide cleaning services for commercial kitchen exhaust systems. The contractor will be responsible for all aspects of the cleaning process, including personnel, equipment, and compliance with performance standards outlined in the Performance Work Statement (PWS), without direct government supervision. This procurement is vital for maintaining safety and hygiene standards within military facilities, ensuring compliance with local, state, and federal regulations. Interested small businesses must submit their proposals by October 25, 2024, with questions directed to the contract specialists by October 15, 2024. The anticipated contract period begins on November 1, 2024, and extends for one base year with four optional renewal periods, with a total estimated value not exceeding $9 million.
    Kitchen Hoods & Fire Suppression System Inspection, Repair, & Maintenance (Service)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the inspection, repair, and maintenance of kitchen hoods and fire suppression systems at F.E. Warren Air Force Base in Wyoming and associated Missile Alert Facilities. The procurement requires contractors to provide all necessary personnel, equipment, and services for semi-annual inspections, maintenance, and emergency repairs, ensuring compliance with applicable standards and regulations. This initiative is crucial for maintaining operational readiness and safety within military facilities, emphasizing the importance of effective fire suppression systems. Interested parties must submit their written quotations by October 15, 2024, with inquiries directed to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil, and must be registered in the System for Award Management (SAM) prior to contract award.
    16--ASSEMBLY EXHAUST, A
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of assembly exhaust components. This requirement emphasizes the need for FAA-certified parts, which must include an FAA Authorized Release Certificate and an Airworthy Approval Tag from certified repair stations, ensuring compliance with aviation safety standards. The goods are critical for maintaining operational readiness and safety in naval aviation. Interested suppliers must submit their quotes via email by 2:00 PM EST on the specified closing date, and can reach out to Destiny N. Wiatr at 215-697-3528 or via email at DESTINY.N.WIATR.CIV@US.NAVY.MIL for further information.
    TF33 STATORS (VANES & SHROUDS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking qualified contractors to provide TF33 stators (vanes and shrouds) for military aircraft engines, under Solicitation FA812124R0031. The procurement involves a firm-fixed-price request for proposal (RFP) for commercial items, with a focus on ensuring that the components meet stringent military specifications and quality standards. These stators are critical for maintaining the operational readiness of the Air Force fleet, reflecting the ongoing need for specialized military parts. Interested contractors must submit their quotes by October 23, 2024, and are encouraged to contact Jonathan Arias Jr. at jonathan.arias.4@us.af.mil or Jacob Stephens at jacob.stephens.5@us.af.mil for further information.
    Overhaul of B-52 Bypass Ducts
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors for the overhaul of B-52 Engine Bypass Ducts, as outlined in a Sources Sought notice. The procurement involves comprehensive repair services, including disassembly, cleaning, inspection, reassembly, and testing of the ducts, with strict adherence to established technical data and quality standards. This initiative is crucial for maintaining the operational readiness and performance of the B-52 fleet, ensuring that all overhauled components meet the necessary technical and operational specifications. Interested vendors are encouraged to respond to the notice and submit their qualifications to the primary contact, 424th SCMS, via email at 424.SCMS.AFMC.RFI.Responses@us.af.mil, to participate in the market research process before a formal solicitation is issued.
    F110 FDT Temperature Sensors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Firm Fixed Price contract for the remanufacture of F110 FDT Temperature Sensors, with the procurement process managed by the Air Force Sustainment Center at Tinker Air Force Base, Oklahoma. This opportunity is classified as a sole source requirement, indicating that only one responsible source can fulfill the contract, and interested offerors must be qualified prior to consideration for award. The F110 FDT Temperature Sensors are critical components used in aircraft engine fuel systems, ensuring operational safety and efficiency. Proposals are due by October 8, 2024, at 3:00 PM CST, and interested parties should direct inquiries to Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil.