Airfield Management FTEs
ID: N4033925QS004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLC BAHRAINFPO, AE, 09834-0001, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 25, 2025, 12:00 AM UTC
  3. 3
    Due Jan 27, 2025, 9:00 AM UTC
Description

The Department of Defense, through the Naval Supply Activity Bahrain, is soliciting proposals for Airfield Management services to support U.S. Government operations at NSA Bahrain. The contractor will be responsible for providing 24/7 airfield management services, including the management of daily operations, coordination with military personnel, and adherence to NATOPS guidelines, requiring personnel with extensive airfield management experience. This contract is critical for ensuring efficient airfield operations and compliance with safety and operational regulations, with a performance period from March 30, 2025, to March 29, 2026. Interested contractors should submit their quotes to Shameer Aboobacker or Charlotte Ford via email, ensuring compliance with all solicitation requirements and deadlines.

Point(s) of Contact
Files
Title
Posted
Jan 25, 2025, 1:04 PM UTC
The Performance Work Statement (PWS) outlines the requirements for Airfield Management Services at Naval Supply Activity Bahrain, emphasizing the need for 24/7 support. The contractor is responsible for managing daily airfield operations, coordinating with U.S. Government personnel, and adhering to NATOPS guidelines. The document specifies labor categories, requiring personnel with extensive experience in airfield management, including an Airfield Manager, Assistant Airfield Manager, and Airfield Specialists. Training and security compliance are critical, with personnel needing security clearances and adherence to local regulations. Additionally, the contractor must develop a Quality Control Plan and participate in regular inspections while ensuring effective communication with military and civilian stakeholders. Performance metrics will track contract adherence, and the contractor is obligated to maintain high safety standards, manage access permissions, and handle various administrative tasks. This PWS serves as a framework to ensure efficient airfield operations while complying with governmental safety and operational regulations.
Jan 25, 2025, 1:04 PM UTC
The document is a VAT Registration Certificate issued by the National Bureau for Revenue in Bahrain for the Navy Support Activity. It confirms the unit's VAT registration number (220023383100013) and effective registration date of January 1, 2019. The certificate is generated by an automated system and does not require a signature. It underscores the importance of maintaining accurate information regarding the registration details and mandates reporting any changes to the NBR. Non-compliance with registration criteria may result in deregistration for VAT purposes. The document serves as official verification of the unit's compliance with value-added tax regulations, crucial for government accountability in financial reporting and transactions.
Jan 25, 2025, 1:04 PM UTC
The document is a self-attested compliance statement submitted by an offeror in response to a Request for Quote (RFQ) for Airfield Management Services. It acknowledges adherence to stipulations outlined in Sections L (Instructions, Conditions, and Notices to Bidders) and M (Evaluation Factors for Award) of the RFQ. The offeror confirms that their quote, referenced in the document, accepts all terms and conditions without exceptions or additional proposals. The statement is formally concluded with the printed name and signature of the contractor’s representative, indicating formal agreement and compliance with the RFQ requirements. This document is critical in the federal procurement process, ensuring the offeror's alignment with governmental standards and regulations in providing specific services.
Jan 25, 2025, 1:04 PM UTC
The Past Performance Information Form serves as a structured template for companies responding to government Requests for Proposals (RFPs) or federal grants. It gathers essential details about the offering entity, including their CAGE and DUNS numbers, program title, and specific contract information. Participants must provide comprehensive data on current or past contracts, including identifiers, customer information, performance metrics, and the timeframe for contract execution. The form requires a detailed narrative describing how the contracts met technical and scheduling requirements, alongside actions taken to address any issues that arose. Additionally, it mandates the inclusion of primary customer contacts involved in oversight and procurement for transparency and accountability. This documentation is critical for evaluating past performance and ensuring prospective contractors meet government standards and expectations.
Jan 25, 2025, 1:04 PM UTC
The document details a price breakdown for labor costs associated with airfield management services under a government Request for Proposal (RFP). It includes various job categories such as Airfield Manager, Assistant Manager, and Specialists, along with their corresponding full-time equivalents (FTEs) and projected labor hours for a base year and four optional years, with a provision for a six-month extension. Each job category is allocated a specified number of labor hours totaling 8,880 annually, but the actual costs cited are $0.00, indicating that no financial proposals were provided in this version of the document. Additionally, the remarks section highlights the necessity for staffing to maintain continuous 24-hour operations, factoring in leaves and holidays. The contract's duration spans from March 30, 2025, to March 29, 2030, with specific instructions for fully burdened labor rates. This succinct breakdown is essential for understanding the financial and operational considerations in the context of government contracting for airfield services.
Jan 8, 2025, 1:04 PM UTC
The document serves as a template for providing Past Performance Information (PPI) required by government agencies for procurement processes, notably for Requests for Proposals (RFPs) and grants. It outlines the information needed from contractors, including firm details, point of contact information, contract specifics such as the number, dollar value, duration, and a description of the project undertaken. Contractors are required to submit data for a minimum of three contracts from the past five years, demonstrating their capabilities and experience. The inclusion of a signature signifies the accuracy of the information provided. This document aims to establish a contractor's reliability and past performance, crucial in evaluating bids and ensuring compliance with federal and state standards in various contracts.
Jan 25, 2025, 1:04 PM UTC
The document titled "Questions and Answers Airfield Management" dated 20 January 2025, addresses inquiries related to a Request for Quotation (RFQ) for Airfield Management Support Services. The main topic is to clarify details surrounding the solicitation process and specific requirements for potential contractors. Key points include: the period of performance for the contract is a base year plus four options, with a total duration from 30 March 2025 to 29 March 2026; the correct NAICS code is confirmed to be 541611, correcting an initial error; the contract will be full-fixed price (FFP) with a cost-reimbursable travel component; and the contractor will not receive housing assistance, thus must factor living costs into their quotes. Additionally, the document confirms that past performance submissions can include CPARS, addresses communication responsibilities, and clarifies that attachments necessary for the solicitation will be provided. Important timelines are also mentioned, including RFQ release and closing dates. Overall, this document serves as a critical reference for contractors seeking to participate in the bidding process, outlining essential requirements and responding to stakeholders' queries.
Jan 25, 2025, 1:04 PM UTC
The document is a Request for Quote (RFQ) issued by the U.S. Navy for airfield management services at NSA 3, Bahrain, set to begin on March 30, 2025, and conclude on March 29, 2026. It outlines the requirements for the contractor to provide airfield management positions, including an airfield manager, assistant manager, and specialists, with specified labor hours and a pricing breakdown. The RFQ emphasizes the importance of a complete and compliant proposal, detailing the required submittals including cost proposals, past performance information, and affirmative statements. The document includes information on travel regulations, invoicing procedures, and a VAT exemption for U.S. Armed Forces in Bahrain. It outlines evaluation criteria focusing on technical acceptability, past performance relevancy, and pricing, with a clear emphasis on submitting the best value quote. The crucial dates for submission and inquiry are highlighted, stressing strict adherence to deadlines. Overall, the RFQ serves to solicit competitive bids for essential services to support military operations in Bahrain, ensuring compliance with various government procurement regulations.
Jan 25, 2025, 1:04 PM UTC
The provided document is a Technical Factor Affirmative Statement for a government Request for Proposal (RFP). This statement is a formal confirmation from the quoter (the contractor) indicating that they accept all terms and conditions outlined in the solicitation without any exceptions or proposed changes. The statement acts as a binding acknowledgment of compliance with the solicitation requirements. The document requires the quoter's name, the date, and a signature to validate the statement. Overall, its primary purpose is to ensure that bidders demonstrate their understanding and acceptance of the RFP's conditions, an essential aspect in federal and state/local grant and procurement processes.
Lifecycle
Title
Type
Airfield Management FTEs
Currently viewing
Solicitation
Similar Opportunities
Z--MILCON Project P-930 Operations Control Center Building Alterations, Bldg. 103, Naval Support Activity (NSA) Bahrain, Bahrain
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking bids for the renovation of the Operations Control Center Building at Naval Support Activity (NSA) Bahrain. The project involves the complete renovation of a 750 m² area to create a new Dynamic Network Operations Security Center (DNOSC) on the first floor. The DNOSC will be a secure area. The contract is expected to be firm-fixed-price with a performance period of 365 days. The estimated construction cost is between $1,000,000 and $5,000,000.
Z--Repair Runway Pavement and Lighting Sherman Field at Naval Air Station Pensacola, FL.
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Repair Runway Pavement and Lighting services at Sherman Field, Naval Air Station Pensacola, FL. The proposed repairs include major electrical vault repair, electrical infrastructure work, grade correction, pavement mill and overlay, airfield lighting, signage and marking for up to two taxiways, and reconfiguration of the main airfield apron. The completion time for this contract is 540 calendar days after award. The estimated project magnitude is between $25,000,000 and $100,000,000. The solicitation will be listed as N69450-16-R-0626 on the Navy Electronic Commerce Online website (NECO) and Federal Business Opportunities (FedBizOpps). A Pre-Proposal Conference and Site Visit will be held. Proposals will be due no earlier than 30 days after the solicitation is released. Primary POC: Vicki Blankenship, (904) 542-6811, vicki.blankenship@navy.mil Secondary POC: Barbara Czinder, (904) 542-6834, barbara.czinder@navy.mil.
Operation and Maintenance (O&M) of Draughon Bombing and Electronic Attack Range, Misawa Air Base, Japan
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the Operation and Maintenance (O&M) of the Draughon Bombing and Electronic Attack Range at Misawa Air Base, Japan. The procurement involves a Firm-Fixed-Price (FFP) contract with an initial base period of one month, followed by five one-year options and a potential six-month extension, emphasizing compliance with military and governmental standards. This contract is critical for maintaining operational capabilities at the base, ensuring the effective functioning of essential military training facilities. Interested bidders must submit their proposals by April 25, 2025, with all inquiries directed to primary contact Kazuo Miura at kazuo.miura.jp@us.af.mil or secondary contact Miyako Fujimoto at miyako.fujimoto.jp@us.af.mil, with a deadline for questions set for April 8, 2025.
Airshow Traffic Management Planning and Execution
Buyer not available
The Department of Defense, through the Marine Corps Base Hawaii (MCBH), is seeking proposals for parking management planning and execution services for its upcoming Airshow scheduled for August 9-10, 2025. The contractor will be responsible for developing a comprehensive traffic control plan, managing large-scale parking operations for over 50,000 vehicles daily, training staff, executing the plan on-site, and providing an after-action report, all while adhering to strict security and performance standards. This initiative is crucial for ensuring efficient event management and compliance with safety regulations in a military environment. Interested vendors must submit their quotes electronically by 4:00 PM Hawaii Standard Time on May 16, 2025, and can direct inquiries to Sergeant Eduard Gonzalez at eduard.gonzalez@usmc.mil or Capt Dylan Globerman at dylan.globerman@usmc.mil.
GOCO Alongside Aircraft Refueling Services NAS Whiting Field
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking proposals for Alongside Aircraft Refueling Services at Naval Air Station (NAS) Whiting Field in Florida. The contractor will be responsible for managing, maintaining, and operating Government-Owned, Contractor-Operated (GOCO) fuel storage facilities, ensuring the safe handling and accountability of petroleum products, while complying with environmental and safety regulations. This procurement is set aside for Service-Disabled Veteran Owned Businesses (SDVOSB) under NAICS code 493190, with a firm fixed-price contract anticipated to include a four-year base period and one five-year option. Interested parties should prepare for the solicitation expected to be posted between May and June 2025, with a closing date approximately 45 days thereafter. For further inquiries, contact Sean Turner at sean.turner@dla.mil or Yalier Fuster at YALIER.FUSTER@DLA.MIL.
Eglin Operations and Maintenance Services (EOMS) II
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Eglin Operations and Maintenance Services (EOMS) II contract, aimed at providing comprehensive operations and maintenance services for the Eglin Test and Training Complex at Eglin Air Force Base, Florida. The contract encompasses a range of services including the maintenance of test and training areas, technical facilities, and engineering support for range system design and configuration, with a potential duration of ten years if all options are exercised. This procurement is critical for ensuring the operational readiness and effectiveness of military training and testing activities, with proposals due by 3:00 p.m. Central Time on May 13, 2025. Interested parties must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Ronald Wilson at ronald.wilson.22@us.af.mil or John Sarver at john.sarver.2@us.af.mil.
FA8604, Storage Aid System at Hurlburt Air Force Base, Florida, MMHS
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for a Storage Aid System at Hurlburt Air Force Base in Florida, under solicitation number FA8604-25-R-B015. This procurement involves the design, fabrication, installation, and testing of a storage aid system, with specific requirements including the demolition of an existing pallet rack and the installation of a modular office, while adhering to precise specifications for materials and safety measures. The contract is set aside exclusively for small businesses, with a completion timeline of 205 days from the award date, and proposals are due by 4:00 PM Eastern Daylight Time on April 25, 2025. Interested parties should direct inquiries to Andrew Petersen at andrew.petersen.3@us.af.mil and ensure registration in the System for Award Management (SAM) prior to proposal submission.
SAAF & MAAF Airfield Lighting
Buyer not available
The Department of Defense, through the U.S. Army Mission Installation Contracting Command at Fort Bragg, North Carolina, is seeking market research responses for maintenance services and upgrades to airfield lighting and monitoring control systems at Simmons Army Airfield and Mackall Army Airfield. This procurement aims to identify potential suppliers, particularly small businesses, for a Hybrid Firm-Fixed Price Requirements contract that includes Time-and-Materials/Labor-Hour clauses for maintenance services, with a performance period from December 1, 2025, to November 30, 2028. Interested parties are encouraged to submit comprehensive information regarding their capabilities and relevant experience by June 6, 2025, and a pre-solicitation site visit is tentatively scheduled for May 28, 2025, to provide further insights into the project. For inquiries, contact Brandon Vernier at brandon.p.vernier.mil@army.mil or Mary Matthews at mary.e.matthews51.mil@army.mil.
Operation and Maintenance (O&M) of Draughon Bombing and Electronic Attack Range, Misawa Air Base, Japan
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the operation and maintenance (O&M) of the Draughon Bombing and Electronic Attack Range located at Misawa Air Base, Japan. The procurement aims to ensure the efficient functioning and sustainability of the electronic attack training environment, which is critical for supporting various military operations and enhancing readiness. Contractors will be responsible for managing government-furnished facilities and equipment, maintaining compliance with federal and military standards, and ensuring operational safety and effectiveness. Interested parties must submit their proposals by April 25, 2025, and can direct inquiries to Kazuo Miura at kazuo.miura.jp@us.af.mil or by phone at 81176772059.
Fielded Training Systems Support V (FTSS V) Kuwait Air Forces (KAF) F/A-18 Trainers Contractor Operation and Maintenance Services (COMS)
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is preparing to issue a Request for Proposal (RFP) for Contractor Operation and Maintenance Services (COMS) for the Kuwait Air Forces' F/A-18 training systems under the Fielded Training Systems Support V (FTSS V) contract. The procurement involves providing operations and maintenance services for multiple F/A-18C and F/A-18E trainers located at Ahmed Al Jaber, Kuwait, with a performance period of five years starting from June 1, 2026, which includes an initial 10-month base year and four optional 12-month periods. This contract is crucial for supporting the training needs of the Kuwait Air Forces, ensuring the operational readiness of their aviation personnel. Interested vendors should contact Amber Lizotte or Shannon Walyus for further details, with the anticipated RFP release date set for August 1, 2025, and contract awards expected by March 16, 2026.