US Air Force Research Laboratory Vehicular Mainten
ID: 140D0424Q0694Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)
Timeline
    Description

    The Department of the Interior, through the Acquisition Services Directorate, is seeking contractors to provide maintenance and repair services for low-speed vehicles at Eglin Air Force Base, Florida. The procurement involves a firm-fixed-price contract with a six-month base period starting December 1, 2024, followed by four optional one-year periods and a six-month extension, specifically set aside for small businesses under NAICS code 811310. This opportunity is crucial for ensuring the operational readiness of military equipment, as contractors will be responsible for providing all necessary personnel, tools, and supplies while adhering to safety protocols and government regulations. Interested contractors must submit their proposals by the extended deadline of October 7, 2024, and are encouraged to contact Jennifer Arthur at jennifer_arthur@ibc.doi.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This amendment addresses vendor inquiries regarding a facility designated for maintenance related to equipment. The facility is not a full repair shop, but it includes a specific area for repairs. A list of essential equipment needing maintenance is provided, which includes 29 types, with the recent addition of a Kubota Tractor and Skid Steer. Currently, one mobile maintenance mechanic is available on-site, equipped with necessary tools from their company. The amendment clarifies that each maintenance job will be priced separately for reimbursement, and all parts and materials must be estimated beforehand, requiring the contractor to order parts through their own supply channels rather than governmental ones. Additionally, mechanics will travel to the maintenance sites only as needed, rather than being stationed full time at the base. This document is part of the broader context of federal RFPs, emphasizing procurement and operational clarity for maintenance services.
    The document outlines a federal solicitation for vehicular maintenance and repair services for low-speed vehicles at Eglin Air Force Base, Florida, specifically designated for small businesses under NAICS code 811310. The total procurement involves a firm-fixed-price purchase order with a six-month base period starting December 1, 2024, followed by four one-year options and a six-month extension. Contractors must provide all necessary repair personnel, tools, supplies, and management, while the government supplies facilities and equipment. Specific maintenance tasks include initial inspections, ongoing service reports, and timely communication for repairs. Contractors must adhere to safety protocols, government regulations, and submit all quotes electronically. Successful bidders will be required to have an active registration in the System for Award Management. The goal of this solicitation is to ensure efficient and compliant maintenance operations on-site, thereby supporting the USAF's operational readiness while following federal procurement guidelines. Overall, the document serves as an invitation for qualified contractors to submit proposals adhering to the outlined requirements and procedures.
    The document outlines a Request for Proposals (RFP) for vehicle maintenance and repair services for the Air Force Research Laboratory (AFRL) at Eglin Air Force Base (AFB), Florida, for low-speed vehicles. The procurement strategy follows simplified acquisition procedures and is set aside for small businesses under the NAICS code 811310. The contract period spans a six-month base period, with options for four additional one-year periods and a six-month extension. Key responsibilities of the contractor include personnel provision, equipment repair, emergency maintenance, and adherence to OEM standards and safety protocols. The contractor is expected to conduct regular inspections, maintain detailed service reports, and manage parts procurement under the supervision of designated government representatives. Moreover, the contractor must be SAM-registered and provide transparent invoicing through the U.S. Treasury's Invoice Processing Platform. The document also includes terms regarding labor standards, environmental compliance, and a requirement for bidders to hold their prices firm for 90 days. Overall, the RFP reflects the government's commitment to ensuring safe and efficient operation of essential equipment, fostering small business involvement, and maintaining high standards in service delivery while adhering to federal regulations.
    The document outlines a government Request for Proposal (RFP) for the maintenance and repair of low-speed vehicles at Eglin Air Force Base, Florida, by the Air Force Research Laboratory (AFRL). The solicitation specifies a firm-fixed-price contract with a base period lasting six months, commencing December 1, 2024, and followed by four optional one-year periods. Small businesses under NAICS code 811310 are eligible, with an expected total contract value of approximately $500,000. Contractors are required to provide mechanics to service and repair government-furnished equipment, with responsibilities including maintaining records, sourcing parts, and ensuring compliance with specified inspection protocols. The contractor must submit detailed quotes, including pricing for materials, and provide regular maintenance service reports to the Contracting Officer Representative (COR). Notably, reimbursement for parts and materials is permitted, contingent upon prior approval from the COR. This RFP exemplifies the federal government's structure to procure necessary services in a manner conducive to accountability, transparency, and the support of small businesses while ensuring the operational readiness of military equipment.
    This government document announces an amendment to a solicitation, extending the offer submission deadline to August 14, 2024, at 1600 Eastern Time. Contractors responding to this solicitation must acknowledge receipt of the amendment through specified methods, such as returning signed copies or electronic communication. The document emphasizes that failure to acknowledge may result in the rejection of offers. It is crucial for contractors planning to modify previously submitted offers to send notifications referencing the solicitation and amendment before the revised deadline. The amendment is categorized as an administrative change under FAR guidelines and retains all previously established terms and conditions, ensuring ongoing compliance and clarity in the solicitation process. This update aims to facilitate an orderly and transparent bidding environment for potential contractors.
    The document outlines an amendment to solicitation number 140D0424Q0694 concerning maintenance services for equipment at a designated facility. It details the acknowledgement process for the solicitation amendment and specifies that offers must be submitted before the specified deadline to avoid rejection. The amendment includes a series of responses to questions posed by potential contractors. Notably, the facility is not designated as a maintenance/repair shop but will have a dedicated repair area. The list of 29 types of equipment needing maintenance has been confirmed, with the addition of recently purchased machinery. A mobile maintenance mechanic performs maintenance on an as-needed basis, using a mobile unit equipped with tools. The amendment clarifies that contractors are responsible for ordering all necessary parts and fluids without utilizing government supply channels, and that each job will be priced separately for reimbursement. Mechanics will travel to the base for maintenance when required, rather than being stationed there full-time. This document serves as a crucial reference for contractors looking to participate in the solicitation, providing essential details for compliance and planning.
    The document is an amendment to solicitation number 140D0424Q0694, modifying a contract related to the procurement of services for a full-time mechanic for low-speed vehicles and generators. The amendment extends the due date for proposals to October 7, 2024, and revises key details in the solicitation. Specifically, it changes the purchase order type to a firm-fixed-price, updates the intended start date to December 1, and includes changes to the Performance Work Statement (PWS) to reflect the new requirement for a full-time mechanic. Additionally, the amendment removes the line item for travel fees and clarifies proposal instructions, emphasizing a shift to a full-time staffing requirement. All changes are highlighted for clarity. The document underscores the importance of acknowledging receipt of the amendment to avoid the rejection of offers and maintains that all other solicitation requirements remain unchanged.
    This document pertains to the amendment of a solicitation (140D0424Q0694) issued by the federal government, specifically from the Acquisition Services Directorate of the Interior Business Center. The amendment serves to modify the initial solicitation by adding clauses related to Government Property and specifies that all changes are highlighted for clarity. Contractors must acknowledge receipt of this amendment via specified methods before the stipulated deadline to avoid rejection of their offer. Furthermore, the document outlines that if any proposals need modifications, they can be communicated electronically or through letter, contingent on timely receipt. The amendment ensures that terms and conditions of the solicitation remain largely unchanged except for the described modifications, highlighting compliance with federal procurement regulations. This process underscores the importance of proper documentation and acknowledgment in government contracting as part of the broader framework of federal grants and solicitations.
    The document is a Standard Form 1449, which serves as a solicitation for commercial items under the federal procurement process. It outlines essential details related to a specific Request for Proposal (RFP) identified by solicitation number 140D0424Q0694, issued by the Acquisition Services Directorate in Herndon, VA. The offer due date is set for August 8, 2024. Key items in the document include the Payment Terms (identified as requiring invoices to be submitted according to specified instructions), the classification of the solicitation (noted as a rated order under the Defense Priorities and Allocations System), and eligibility categories for small businesses, including service-disabled veteran-owned and HUBZone businesses. The form also encompasses instructions for completion by the offeror, with designated areas for pricing and item details, as well as certification and acceptance sections requiring signatures from both the contractor and the contracting officer. The structured format of the form ensures compliance with federal acquisition regulations while facilitating a clear procedural method for submissions and contract awards. Overall, this document focuses on soliciting offers for goods or services from qualified suppliers within the framework of federal contracting.
    Lifecycle
    Similar Opportunities
    AIRCRAFT WASH
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center at Eglin Air Force Base, is soliciting proposals for Aircraft Washing Services under the solicitation FA2823-24-Q-3024. The procurement requires contractors to provide all necessary materials, equipment, labor, and personnel to perform aircraft wash and lubrication services, particularly for F-35 aircraft, ensuring compliance with Air Force regulations and safety standards. This service is critical for maintaining aircraft availability and reducing maintenance workloads, with a focus on high-quality performance and adherence to environmental regulations. Interested small businesses must submit their firm fixed price quotes by 11:00 AM CST on September 10, 2024, and are encouraged to register for a site visit scheduled for August 27, 2024. For further inquiries, contact Lindsey Barrow at 850-305-8708 or via email at LINDSEY.BARROW.1@US.AF.MIL.
    166 MXG Electric UTV
    Active
    Dept Of Defense
    The Department of Defense, specifically the 166th Maintenance Group (MXG), is seeking proposals from qualified small businesses for the procurement of one electric Utility Task Vehicle (UTV) under solicitation number W50S6X-24-Q-0018. The UTV must meet specific requirements, including compatibility with a 110V electrical system, an all-weather cab with doors, an onboard charger, seating for at least two individuals, an 800 lb payload capacity, and on-road tires. This vehicle is essential for operational support, enabling the transport of tools and equipment in various weather conditions. Interested vendors must submit their bids by September 25, 2024, at 11:00 EDT, and can direct inquiries to Brian Powell at brian.powell.6@us.af.mil or Bryan Driscoll at bryan.driscoll.5@us.af.mil for further information.
    REPAIR OF P-22 FIRETRUCK
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Pierce Firetruck (P-22) at Hurlburt Field, Florida. The contractor will be responsible for comprehensive maintenance and repairs, including the removal and installation of engine assemblies, servicing the Allison 3000 series transmission, and ensuring compliance with National Fire Protection Agency standards. This procurement is critical for maintaining the operational readiness of emergency response vehicles, which play a vital role in safety and rescue operations. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Benton Medcalf at benton.medcalf@us.af.mil or Shayne Cole at shayne.cole@us.af.mil.
    Diesel Utility Vehicles
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Pearl Harbor, is seeking proposals for the procurement of Diesel Utility Vehicles, specifically John Deere Gator models, under Request for Quotation (RFQ) number N0060424Q4104. The solicitation is set aside for small businesses and aims to acquire commercial items, emphasizing the need for durable vehicles suitable for various governmental applications, including maintenance and logistical support. Interested vendors must submit their quotes electronically by September 23, 2024, and are required to provide an authorized dealer letter from the manufacturer, with the evaluation based on the lowest price technically acceptable method. For further inquiries, vendors can contact Scheherezade Roundtree at scheherezade.roundtree.civ@us.navy.mil or by phone at 808-473-7573.
    VSFB Vehicle Corrosion Control Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for Vehicle Corrosion Control Services at Vandenberg Space Force Base in California. This procurement, identified as Request for Quote Number FA4610-24-Q-0038, requires contractors to provide comprehensive corrosion control and painting services for vehicles, trailers, and equipment, ensuring compliance with stringent quality and environmental standards. The contract is a total small business set-aside with an estimated value of $9 million, spanning a five-year period from December 1, 2024, to November 30, 2029. Interested parties must submit their proposals by October 4, 2024, at 8:00 AM PST, and can direct inquiries to Tina Cox at Tina.Cox.4@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil.
    J--Fire Engine Motor Replacement-Desert NWR, NV
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the replacement of the motor on fire engine 8262, a 2016 Ford F550, at the Desert National Wildlife Refuge in Nevada. The urgency of this procurement arises from the critical need for the fire engine to be operational for emergency response, particularly with the upcoming fire season. Rush Truck Centers has been identified as the only local vendor capable of performing the necessary repairs in a timely manner, as they have already begun troubleshooting the engine and possess certified Ford ASE mechanics. Interested parties may submit capability statements to Darla Freyholtz Ballard at darlafreyholtzballard@fws.gov within ten calendar days of this notice, with the contract period of performance set from September 20, 2024, to November 1, 2024.
    Preventative Maintenance for VLM's
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for preventative maintenance services for thirty-three Vertical Lift Modules (VLMs) at the Corpus Christi Army Depot in Texas. The contractor will be required to conduct one onsite visit annually, adhering to the Performance Work Statement, with the contract set aside for small businesses. These VLMs are critical for managing aircraft parts, emphasizing the need for specialized maintenance to ensure operational efficiency. Proposals are due by September 19, 2024, at 3:00 PM, and interested parties can contact Jennifer Salyers at jennifer.l.salyers2.civ@army.mil for further information.
    On-Site Depot Support (OSDS) for AFSOC C-130 Weapon Systems and Support Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for On-Site Depot Support (OSDS) for Air Force Special Operations Command (AFSOC) C-130 Weapons Systems and Support Systems at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for skilled labor and management services to perform maintenance and modification tasks on specialized C-130 aircraft over a ten-year period, including a 12-month base year and nine 12-month options. This contract is crucial for ensuring timely and high-quality maintenance support for AFSOC's operational readiness, with a total estimated value of $45.5 million. Interested small businesses must submit their proposals by October 16, 2024, and can direct inquiries to Donna Casey at donna.casey.3@us.af.mil or Raquiel Shell at raquiel.shell@us.af.mil.
    Vehicle Lease
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for a one-year lease of ten vehicles under solicitation number FA9401-24-Q-0036, with a focus on small business participation. The procurement includes a variety of vehicles: one 1-ton stake bed truck, one 1.5-ton stake bed truck, one 1.5-ton crew cab pickup, three cargo vans, and four 15-passenger vans, all of which must meet New Mexico Department of Public Safety and Motor Vehicle Division safety standards. This initiative is crucial for supporting personnel and cargo transport, ensuring operational efficiency, and minimizing reliance on aircraft support for logistics. Interested vendors must submit their proposals via email by September 20, 2024, and can direct inquiries to Kristie Netzer at kristie.netzer@us.af.mil or Rachel Copeland at rachel.copeland.3@us.af.mil.
    SAMA-SAIR: REPLACE UTILITY EQUIPMENT
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking proposals for the procurement of a Bobcat Toolcat UW56 utility vehicle, along with an optional 72" hydraulic mower deck, to replace an existing work utility vehicle at the Saugus Iron Works and Salem Maritime National Historic Sites. The vehicle must meet specific requirements, including a 2-seat cab, front-end hydraulic lift, dump bed, and various safety features, ensuring operational efficiency and safety standards within the park services. Interested vendors should note that quotes must be submitted electronically by September 20, 2024, with the contract period of performance running from October 25, 2024, to December 20, 2024. For further inquiries, contact Capreece Dunklin at capreecedunklin@contractor.nps.gov.