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
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    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.
    29--DISTRIBUTOR,AIR STA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of four units of the Distributor, Air STA (NSN 2910011927681). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA Depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the critical role these components play in military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil, with the solicitation available online at the DLA's website.
    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.
    BRAND NAME OEM INTERSPIRO VOICE AMPLIFIERS
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of 40 Interspiro Voice Amplifiers, specifically part number 3092-1200C, under a Total Small Business Set-Aside. This firm-fixed-price supply contract is essential for the Military Sealift Command, ensuring that the new equipment integrates seamlessly with existing safety systems aboard the USNS Lewis and Clark (T-AKE 1), particularly the SCBA face masks. The solicitation is set to close on September 20, 2024, with a required delivery date of September 15, 2024, and interested vendors must register in the System for Award Management (SAM) and submit their offers to Noah Ibrahim at noah.r.ibrahim.civ@us.navy.mil.
    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.
    FY24 Dissolved Oxygen (DO) O&M Ser.
    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 contract will be a hybrid Firm Fixed-Price / Cost-Reimbursable arrangement, with a base period of one year and four optional one-year extensions, aimed at ensuring the continuous operation and maintenance of the facilities to meet oxygen injection requirements during designated operational seasons. 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.
    John Day Dam Generator Water Cooling System Rehab
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is soliciting proposals for the rehabilitation of the Generator Water Cooling System at the John Day Dam located in Rufus, Oregon. The project entails replacing generator air coolers, header and drain piping, and installing modulating valves and associated controls across 16 generator units to mitigate water infiltration issues that have led to generator failures. This initiative is critical for maintaining the operational efficiency of one of the largest hydroelectric facilities in the United States, with an estimated project cost between $5 million and $10 million. Interested small businesses must submit their proposals by October 11, 2024, and are encouraged to attend a site visit scheduled for September 25, 2024. For further inquiries, contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Andrea Smothers at andrea.k.smothers@usace.army.mil.
    SOUTH ATLANTIC DIVISION REGIONAL SMALL BUSINESS MULTIPLE AWARD TASK ORDER CONTRACT FOR MAINTENANCE DREDGING
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Jacksonville District, is seeking qualified small businesses for a Multiple Award Task Order Contract (MATOC) focused on maintenance dredging within the South Atlantic Division (SAD) boundaries. The contract aims to establish a pool of contractors capable of performing dredging and surface cleanup activities, with a maximum combined capacity of $400 million and individual task orders valued between $1 million and $25 million. This procurement is critical for maintaining navigable waterways and supporting environmental management efforts in the region. Interested vendors must register on the Sam.gov website to receive updates and submit proposals by the due date of September 16, 2024, following the solicitation release on August 15, 2024. For further inquiries, contact Timothy Humphrey at 904-232-1072 or via email at TIMOTHY.G.HUMPHREY@USACE.ARMY.MIL.
    Solicitation Mooring Lines
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting quotes for a firm fixed-price contract to supply mooring lines, specifically designed for Military Sealift Command (MSC) operations. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires the provision of ten HTP-12 Rope Assemblies, each with specific characteristics including a diameter of 1/2 inch and a minimum break strength of 82,600 lbs. This contract is crucial for ensuring the availability of essential marine supplies that support military operations, with a submission deadline for quotes set for September 20, 2024, at 11:59 PM PST. Interested parties should direct inquiries to Noah Ibrahim at Noah.r.ibrahim.civ@us.navy.mil and must be registered in the System for Award Management (SAM) to participate in this procurement.