142nd WG - 125 STS Master Diver & Dive Locker Support
ID: W50S8Y24Q0009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NW USPFO ACTIVITY ORANG 142PORTLAND, OR, 97218-2797, USA

NAICS

All Other Support Services (561990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Defense, through the Department of the Army, is seeking qualified small businesses to provide Master Diver and Dive Locker Support Services for the 125th Special Tactics Squadron (STS) at the Portland Air National Guard Base in Oregon. The procurement requires a Dive Program Manager (DPM) to ensure safe diving operations, logistical support, and maintenance of diving equipment in compliance with U.S. Navy regulations, thereby enhancing the combat readiness of STS personnel. This contract, set as a Total Small Business Set-Aside, is anticipated to be a Firm Fixed Price Agreement covering a base year from September 30, 2024, to September 29, 2025, with an option for an additional year. Interested parties must submit their quotes by September 13, 2024, and can contact James Vogt at james.vogt.4@us.af.mil or Christine I. Campbell at christine.i.campbell.civ@army.mil for further information.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the responsibilities and scope of services for a contracted Dive Program Manager (DPM) and Maritime Support Services for the 125th Special Tactics Squadron (STS). The DPM is accountable for ensuring safe diving operations, providing logistical support, and maintaining all relevant diving equipment in compliance with U.S. Navy regulations. The contractor must supply experienced personnel able to operate boats, offer technical diving assistance, and implement Operational Risk Management for waterborne activities, enhancing the combat readiness of STS personnel. The PWS specifies performance timelines, including a base year and an option for an additional year, and mandates contractor personnel's adherence to security and identification protocols on government installations. Regular inspections and quality assurance assessments will evaluate compliance with established performance standards. The contractor must also conduct yearly inventories and maintenance on diving gear, report any equipment failures, and ensure all employees possess required certifications. This document serves as a vital foundation for government RFPs, emphasizing the need for skilled contractors to support military operations in a highly specialized and regulated environment, thus facilitating safety, operational compliance, and effective service delivery.
    The Department of the Air Force issued a combined synopsis/solicitation for commercial support services related to the 125th STS Dive Master and Dive Locker at Portland Air National Guard Base. This Request for Quote (RFQ) number W50S8Y24Q0009 is exclusively set aside for small businesses, with a NAICS code of 561990. The contract is anticipated to be a Firm Fixed Price Agreement, covering a base year from September 30, 2024, to September 29, 2025, with an option year extending to September 29, 2026. The contractor will deliver dive program support services as detailed in the Performance Work Statement. Quotes must be submitted by September 13, 2024, and late submissions may not be considered unless specifically allowed by the Contracting Officer. Evaluation criteria focus on price and past performance, awarding to the lowest quote that meets all solicitation requirements. The document underscores the importance of compliance with various federal standards and processes, including SAM registration and electronic funds transfer capabilities. Notably, the solicitation encourages efficient bidding practices and transparency in the award process, which demonstrates a commitment to supporting the small business community.
    The document comprises a Register of Wage Determinations under the Service Contract Act, detailing labor wage requirements for federal contractors in specified Oregon and Washington counties. The key point outlines that contracts initiated on or after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.20 per hour, while those awarded earlier must adhere to Executive Order 13658, setting the minimum at $12.90 hourly. The document features a comprehensive list of job classifications along with corresponding hourly wage rates for various occupations, ranging from clerical roles to health and technical positions. Additionally, it stipulates fringe benefits such as health and welfare compensation, vacation, and holiday entitlements, ensuring employee rights under federal contract provisions. The regulations discussed are crucial for government RFPs, federal grants, and local contracts to maintain labor standards and equitable compensation practices, aiding in workforce protection under the Service Contract Act and related Executive Orders. The document emphasizes compliance processes, such as the need for contractors to classify unlisted job roles, promoting fair labor practices and adherence to established wage standards in federal contracting. Overall, this serves to uphold worker protections and ensure proper compensation in federal contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    The Dalles Dam Fire Extinguisher Emergency Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Portland District, is seeking a contractor to provide Fire Extinguisher and Emergency Maintenance Services at The Dalles Dam in Oregon. The procurement includes hydrotesting, monthly and annual inspections of fire extinguishers, self-contained breathing apparatus (SCBA), and emergency breathing apparatus (EBA), along with the development of a report spreadsheet to track these services. This contract is critical for ensuring safety preparedness and compliance with national standards, as it enhances fire prevention and emergency response capabilities at the facility. Interested small businesses must submit their quotes by 1:00 PM PST on September 19, 2024, and can direct inquiries to John Scukanec at john.r.scukanec@usace.army.mil or by phone at 503-808-4436.
    Dover AFB - Breathable Air Compressor Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the 436th Contracting Squadron at Dover Air Force Base, is soliciting quotes for the maintenance of breathable air compressors, specifically requiring semi-annual preventive maintenance and inspections in accordance with DoD and NFPA standards. The contract encompasses services for two models of compressors, the Bauer DDTR26-WRAF Trailer and Bauer UNII 25H, with the potential for up to four option years and a six-month extension. This procurement is critical for ensuring operational safety and compliance within military installations, emphasizing the importance of high-quality maintenance services. Interested small businesses must submit their quotes by September 17, 2024, and can direct inquiries to SrA Joseph Restua-Perez at joseph.restuaperez@us.af.mil or Mr. Russell Burton at russell.burton.7@us.af.mil.
    Breathing Air Compressor
    Active
    Dept Of Defense
    The Department of Defense, specifically the Utah Air National Guard, is seeking proposals for a high-pressure Breathing Air Compressor to enhance the operational capabilities of its Fire Department at the Roland R. Wright ANG Base. The procurement requires an all-in-one compressor with a minimum 20 HP motor, capable of delivering at least 6000 psig output, and equipped with features such as an auto cascade system rated to 7000 PSIG, integrated monitoring systems for air quality, and compliance with NFPA and OSHA standards. This equipment is critical for ensuring the safety and readiness of emergency services personnel. Interested small businesses must submit their quotations via email to Lyndi Bell by September 17, 2024, at 2:00 PM MDT, with the understanding that contract awards are contingent upon the availability of funds.
    Regional Diving Services at the Sewell?s Point Area of the Naval Base Complex, Norfolk, Virginia, the Lamberts Point Area of the Elizabeth River, Yorktown, Cheatham Annex, and the Norfolk Naval Shipyard, Portsmouth, Virginia and Other Areas of Responsibil
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is seeking qualified contractors to provide regional diving services at various locations, including the Sewell’s Point Area of the Naval Base Complex in Norfolk, Virginia, and the Norfolk Naval Shipyard in Portsmouth, Virginia. The procurement aims to support operations in the specified areas of responsibility (AOR) by ensuring the availability of professional diving services for maintenance and operational tasks. These services are critical for maintaining the safety and functionality of naval facilities and supporting maritime operations. Interested contractors can reach out to Melinda Robinson at melinda.l.robinson@navy.mil or 757-341-0690, or LeeArjetta Hamilton at leearjetta.w.hamilton.civ@us.navy.mil or 757-341-1971 for further details regarding the solicitation process.
    Landscaping Services at Base Astoria and Tongue Point
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide landscaping services at Base Astoria and Tongue Point in Oregon. The procurement requires contractors to supply all necessary personnel, equipment, and materials to perform tasks such as mowing, edging, and maintaining the appearance of grassy areas on a bi-weekly basis from mid-February to mid-November, with an average of 27 visits annually. This contract is vital for maintaining the aesthetic and operational standards of the Coast Guard facilities, ensuring a well-kept environment. Interested small businesses must submit their quotes by 2:00 PM (PDT) on September 16, 2024, to Thomas Gresham at Thomas.J.Gresham@uscg.mil, referencing solicitation RFQ number 70Z03324QBASEA128.
    FY24 Dissolved Oxygen (DO) O&M Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Savannah District, is seeking qualified firms to provide Operation and Maintenance (O&M) services for Dissolved Oxygen (DO) Injection Facilities located in Rincon and Savannah, Georgia. The procurement aims to establish a hybrid Firm Fixed-Price / Cost-Reimbursable Services Contract to ensure the effective operation, maintenance, and repair of these facilities, which are critical for maintaining water quality by injecting a minimum of 40,000 lb/day of oxygen during the operational Run Season. Interested firms must submit a capability statement and relevant project experience by September 27, 2024, to the primary contact, Shermaine Malone, at Shermaine.D.Malone@usace.army.mil or by phone at 912-652-5165.
    Phase 1 RFP W912DW-24-R-0028 Design-Build P202 Parachute Survival Training Facility, Joint Base Lewis-McChord, Washington
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build of the P202 Parachute Survival Training Facility at Joint Base Lewis-McChord, Washington, under Phase 1 of a two-phase project. This procurement aims to construct a facility that will enhance parachute survival training capabilities for military personnel, ensuring they receive the necessary training in a specialized environment. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is set aside for small businesses in accordance with FAR 19.5. Interested contractors can reach out to Kyla Couch at kyla.m.couch@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil for further details, as amendments to the solicitation have already been issued.
    Trunks General Purpose Marine Corps and Coast Guard
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals from qualified small businesses for the procurement of Marine Corps and Coast Guard trunks under solicitation SPE1C1-24-R-0084. The contract will cover the supply of General Purpose trunks for the Marine Corps and Swim/Track trunks for the Coast Guard, with a total acquisition quantity of up to 1,167,000 pairs over a five-year period, structured in five 12-month price tiers. This procurement is critical for ensuring that military personnel are equipped with high-quality, compliant uniforms, adhering to stringent specifications and quality control measures, including Berry Amendment compliance for domestic sourcing. Interested vendors must submit their proposals, including technical documents and product demonstration models, by September 25, 2024, and can contact Donna Kuzma-Streibich at 215-737-8486 or via email at DONNA.STREIBICH@DLA.MIL for further information.
    20--ANCHOR,MARINE,FLUKE
    Active
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of a marine fluke anchor, specifically NSN 2040013853101, intended for delivery to the USS WASHINGTON (SSN 787). The contract is set aside for small businesses, emphasizing the importance of supporting the small business sector in defense procurement. This anchor is crucial for naval operations, ensuring the functionality and safety of maritime vessels. Interested vendors must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for delivery is within five days after the award of the contract.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.