Robins North- Facility Maintenance Support, Grounds Maintenance, Pest Control, Dumpster Services, and Boiler Maintenance
ID: FA857125Q0054Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified Women-Owned Small Businesses (WOSBs) for facility maintenance support services at the Robins North Complex in Macon, Georgia. The contractor will be responsible for providing comprehensive services including grounds maintenance, pest control, dumpster services, and boiler maintenance, ensuring that all systems are operational for the Commodities Maintenance Group at Robins Air Force Base. This procurement is critical for maintaining the functionality and safety of military facilities, with an estimated contract value of $47 million and a performance period from June 24, 2025, to June 23, 2030. Interested parties should contact Andrea Cervantes or Phillip Richardson via email for further inquiries and are encouraged to attend a site visit on March 20, 2025, to better understand the project requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1 outlines the requirements for submitting a Contract Data Requirements List (CDRL) for federally contracted services. Specifically, it details the necessary elements for reporting compliance with contract stipulations, particularly for electrical maintenance services at Robins North - Facility Maintenance as per PR# F3QCCL4282A004. Key points include the contractor's obligation to inspect switchgear and submit maintenance reports within specified timeframes. The form provides sections for documentation such as contract references, requiring office details, and points of contact for various government personnel. It also emphasizes the pricing structure for different data item categories, clarifying how costs should be calculated based on the significance of the data relative to the contractor's responsibilities. Additionally, the form includes instructions for both government personnel and contractors on how to complete the documentation properly, ensuring clarity and compliance with government standards for data reporting. This document serves as an essential tool in the management and oversight of government contracts, particularly in relation to accuracy in data submission and communication with necessary stakeholders.
    The document is the DD Form 1423-1, a Contract Data Requirements List utilized by the Department of Defense to outline and manage data item requirements associated with government contracts. It provides a structured format for detailing various aspects, including contract line items, categories of data (e.g., Technical Data Package, Technical Manual), contractor information, and submission requirements. The primary purpose is to facilitate the submission and approval of data items required for contracts, which includes proposals for additional work as needed. Key aspects include instructions for identifying data item descriptions, frequency of submissions, and distribution statements. It emphasizes the importance of contractor compliance in preparing over and above work proposals without starting unscheduled requirements until officially approved. The form outlines responsibilities of government personnel and contractors in ensuring that the specific data requirements are adequately met, appraising costs associated with different types of data items, and detailing inspections or approvals necessary before acceptance. In summary, the DD Form 1423-1 is essential for managing data requirements in defense contracts, ensuring clarity and compliance between government and contracting entities regarding data submission and approval processes.
    The DD Form 1423-1 serves as a Contract Data Requirements List required for federal government contracts, specifically detailing data item requirements. It includes sections that outline the contract line item, category, system or item, contractor, and specifics regarding the data submission. The contractor is required to provide a monthly maintenance service/repair report by the 5th of each month, detailing services rendered, issues encountered, and maintenance schedules. This report must be coordinated with designated government points of contact. The document outlines necessary approvals, submission deadlines, and distribution of reports while also addressing the documentation's price group based on the complexity and purpose of the required data. This form is integral in ensuring compliance with Department of Defense guidelines on data submission and maintenance management, thereby facilitating effective contract management and oversight. The form requires meticulous completion by both the government personnel and contractor, ensuring clarity and adherence to specified requirements.
    The DD Form 1423-1 is a Contract Data Requirements List utilized by the Department of Defense to outline the data requirements for a specific contract. This form captures essential contractual details, including the contractor's responsibilities concerning the annual certification of key personnel in various technical fields, such as plumbing, electrical work, HVAC, and fire suppression, beginning ten days after contract commencement. Key points covered in the document include submission timelines, distribution requirements, and contact information for government personnel overseeing the contract. The form emphasizes the importance of technical compliance and the reporting burden, estimated at 110 hours per response. The document's structure encompasses entries for contract details, data item description, and instructions for both government personnel and contractors, ensuring clarity in data submission and compliance. This form plays a crucial role in facilitating communication between contractors and the government, fostering accuracy in data acquisition for military contracts, and supporting transparency and accountability in the contracting process.
    The DD Form 1423-1 outlines requirements for submitting a Contract Data Requirements List (CDRL) related to a facility maintenance contract at Robins Air Force Base. Contractors must ensure all personnel complete Environmental Management System (EMS) Awareness Training before commencing work, with documentation sent to designated government contacts. Failure to comply may result in termination of the contract. The document specifies various elements such as data item numbers, training requirements, distribution, and inspection criteria. It also includes sections for identifying the contract line items, the contractor's responsibilities, and appropriate pricing categories for data items required by the government. This form is integral in managing contractor compliance and ensuring the delivery of necessary documentation in accordance with federal contracting standards.
    The document outlines the requirements for submitting data related to the Energy Management System (EnMS) training at Robins Air Force Base, as part of a contract under PR#F3QCCL4282A004. Contractors are mandated to ensure that all personnel involved in activities on the base complete the Air Force’s initial EnMS training before commencing work. The training is coordinated through the Energy Assurance Office, with specific instructions for documentation of completion, which must be sent to designated POCs. Non-compliance with this training requirement could lead to contract termination. The document includes sections for specifying contract references, data item categories, submission timelines, and responsibilities of both government and contractors. Key points revolve around the importance of safety, regulatory adherence, and effective communication in managing energy practices at the facility, emphasizing the need for proper training and documentation processes as integral to contract fulfillment. Overall, the document serves as a formal guideline for compliance with government contracting expectations regarding energy management training.
    The DD Form 1423-1 serves as a Contract Data Requirements List essential for managing data item submissions within Department of Defense contracts. This form outlines the requirements for the contractor to report incidents or mishaps related to DoD property, emphasizing immediate telephonic notification to the Robins AFB Safety Office within four hours of such events. Subsequent written follow-ups are mandated within three calendar days, providing detailed information including contract details, incident narratives, and corrective actions. Key roles are defined within the document, indicating points of contact for government oversight, including safety representatives and contracting officers. Notably, the form also explains categories for classifying the data required (Technical Data Package, Technical Manual, or other) and specifies submission frequency and distribution requirements for the data items. This structured approach ensures compliance and accountability in contract management, supporting the overall safety and operational integrity of DoD projects. The document’s design aligns with federal requirements for transparency and data handling, ultimately facilitating effective communication between contractors and government entities involved in defense operations.
    The DD Form 1423-1 is utilized to outline Contract Data Requirements for federal contracts, focusing on a specific data item associated with facility maintenance at Robins Air Force Base. The primary requirement detailed is the submission of a Quality Control Plan (QCP) within ten days post-contract award. This plan must address quality issues, root cause identification, corrective actions, and a schedule for quality inspections. The document includes instructions for government personnel and contractors on completing the form, detailing items like contract and data item numbers, categories, submission dates, distribution requirements, and estimated pricing structures based on the necessity of data for contract performance. Key roles in the document include the Contracting Officer Representative and the Contracting Officer, who oversee compliance and submission. The form serves as a critical measure to ensure that contractors maintain quality standards and accountability in their service delivery, reflecting the government's commitment to rigorous oversight and quality assurance in public contracts.
    The DD Form 1423-1 serves as the Contract Data Requirements List (CDRL) for the Department of Defense, detailing requirements for contractors to submit specific data items. The document outlines a protocol for submitting a contractor's Safety Plan essential for compliance with the Occupational Safety and Health Act (OSHA). This plan must be emailed within ten calendar days post-contract award for review by the Safety Office, which will provide feedback within five working days. Final submissions of the Safety Plan are due ten working days after acceptance of the draft. The form includes sections for information related to contract details, requirements for inspections, distribution statements, and additional remarks. It also provides instructions for completing various fields appropriately, ensuring proper identification and categorization of data items. The document streamlines communication and compliance between the government and contractors, aiming to enhance safety standards in federal contracts. Overall, it emphasizes careful documentation and adherence to safety regulations within government contracts.
    The government file outlines mandatory industrial safety and health requirements for contractors providing facility maintenance support at the Robins North Air Force Base. It details the contractor's obligations under various federal, state, and local regulations, including compliance with OSHA standards and implementation of a comprehensive Safety and Health Plan tailored to their operations. Key components include ensuring a safe workplace for all employees, conducting regular safety inspections, reporting incidents, and establishing specific procedures for mishap notifications and impoundment procedures. The document emphasizes the importance of protecting both contractor and government personnel, necessitating the provision of personal protective equipment and adherence to environmental safety standards. The contractor's safety and health programs must be documented, updated, and accepted by the government prior to commencing work, encapsulating safety elements for a wide range of operations, from hazardous material handling to equipment safety and site management. This comprehensive framework underscores the government's commitment to maintaining high safety standards within its contracts.
    The performance work statement (PWS) outlines the requirements for facility maintenance support at the Robins North Complex located in Macon, GA. The contractor is responsible for providing comprehensive services including facility maintenance, grounds upkeep, pest control, dumpster servicing, and boiler maintenance. Preventative maintenance is detailed for a variety of systems, such as chillers, air handling units, and electrical systems, requiring initial inspections and regular servicing. The document specifies performance objectives with set response times for emergency repairs and regular maintenance tasks. There are also stipulations for submitting maintenance reports and proper training for personnel on safety and environmental management systems in compliance with federal regulations. Key personnel must be certified annually in plumbing, electrical work, HVAC systems, and other relevant areas. The contractor is required to establish a safety program and adhere to quality management standards to ensure the services provided meet government expectations. Overall, the PWS emphasizes the importance of timely and effective maintenance operations to ensure continuous functionality at the facility, highlighting strict adherence to regulations and best practices in facility management.
    The document pertains to a federal solicitation (FA857125Q0054) for facility maintenance services specifically designated for Women-Owned Small Businesses (WOSBs). It outlines a request for quotations to provide comprehensive facility maintenance support, including grounds maintenance, pest control, and boiler maintenance at the Robins North Complex in Macon, Georgia. The estimated contract value is $47 million, with a performance period beginning on June 24, 2025, and extending through June 23, 2030. Key points include a site visit for prospective offerors, which, while not mandatory, is highly encouraged to ensure understanding of project requirements. Submissions must include pricing for firm fixed price items and relevant performance documentation. The contractor's responsibilities encompass various maintenance tasks and compliance with the attached Performance Work Statement (PWS). This solicitation highlights the government's commitment to supporting women-owned businesses and underscores the importance of properly maintained facilities to operational efficiency within military installations. Overall, the document serves to attract qualified contractors to fulfill necessary services while adhering to federal acquisition regulations.
    Similar Opportunities
    Maintain Airfield and Markings MAFB
    Buyer not available
    The Department of Defense, through the 23D Contracting Squadron at Moody Air Force Base in Georgia, is preparing to issue a Request for Proposal (RFP) for the maintenance of airfield surface markings at Moody AFB. The contract, designated as Solicitation No. FA483025R0006, will involve the removal of rubber build-up and repainting of specified areas as outlined in the Statement of Work (SOW), with a focus on compliance with procurement regulations while promoting participation from Woman-Owned Small Businesses (WOSB). The estimated project magnitude is between $250,000 and $500,000, and the selection process will utilize Lowest Priced Technically Acceptable (LPTA) procedures. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Lucas W. Richardson or Erick Boswell at the provided contact information.
    Parts Washers Service
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking market research contributions for a Parts Washers Service at the Warner Robins Air Logistics Complex and Robins Air Force Base in Georgia. This five-year contract involves servicing 45 parts washers, including both government-owned and leased units, while ensuring compliance with federal and state environmental regulations. The initiative is crucial for maintaining operational efficiency and environmental safety within the military installation, with a focus on rigorous quality management and personnel training. Interested contractors must submit their capability documentation by March 21, 2025, and can reach out to Kerri Fox at kerri.fox@us.af.mil or Teresa Duval at teresa.duval@us.af.mil for further information.
    BLDG 229N SCIF DOOR REPLACEMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the replacement of a SCIF-rated vault door at Robins Air Force Base in Warner Robins, Georgia. The project requires the contractor to provide a secure door, frame, and installation services, ensuring compliance with security and safety regulations, with a completion timeline of 16 weeks post-award. This procurement is significant for maintaining the integrity of sensitive information and operational security within military facilities. Interested parties, particularly Women-Owned Small Businesses, must submit their Request for Quote (RFQ) by March 18, 2025, with a maximum award amount of $45 million. For further inquiries, contact Adam Hudson at adam.hudson.4@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    78th SFS-Vindicator Alarm System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Honeywell Vindicator Intrusion Detection System at the 78th Security Forces Squadron Armory located on Robins Air Force Base in Georgia. This procurement encompasses all necessary labor, supervision, equipment, and materials required for the installation, along with associated training and testing deliverables to ensure compliance with security standards. The project is critical for enhancing the security infrastructure at the base, reflecting the government's commitment to maintaining robust defense capabilities. Interested small businesses must submit their proposals by March 19, 2025, following a site visit scheduled for March 17, 2025, and can direct inquiries to Nicole Fields at nicole.fields.2@us.af.mil or Michele Watts at michele.watts.1@us.af.mil.
    Tree Trimming & Tree Removal Services
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to provide tree trimming and tree removal services at Moody Air Force Base in Georgia. The procurement aims to ensure the maintenance and safety of the base's landscape, with services including tree and stump removal, trimming, and debris management, all to be performed within specified response times. This contract, identified as FA483025Q0014, has a total award amount of $9.5 million and is set for a duration of five years, starting from February 15, 2025. Interested small businesses must submit their proposals by March 3, 2025, and can direct inquiries to Victor Houston at victor.houston.1@us.af.mil or by phone at 229-257-1502.
    RTS-3000 Wash Rack Quarterly Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the RTS-3000 Wash Rack Quarterly Maintenance under solicitation number FA481925Q0008. This contract, valued at $12.5 million, requires comprehensive quarterly maintenance services for the RTS-3000 Wash Rack System at Tyndall Air Force Base in Florida, including tasks such as draining and sanitizing tanks, replacing filters, and training government personnel on system operations. The maintenance of this automated filtration system is crucial for ensuring efficient vehicle cleaning and water recycling, thereby promoting resource conservation. Interested small businesses, particularly those owned by women, must submit their proposals, including a price proposal and a technical approach, by the specified deadlines, and can contact A1C Sarah Marip at sarah.marip@us.af.mil or SSgt Thomas Prospere at thomas.prospere@us.af.mil for further information.
    Sources Sought Advisory and Assistance Services (A&AS)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to provide Advisory and Assistance Services (A&AS) logistics support for the 638th Supply Chain Management Group (SCMG) at Robins Air Force Base in Georgia. This three-year contract, which includes a basic year and two optional years, is set aside for 8(a) certified businesses and aims to enhance the effectiveness and reliability of the USAF's supply chain operations. Interested contractors are required to review the attached Performance Work Statement (PWS) and submit documentation demonstrating their capabilities and relevant experience by April 14, 2025, to Karen Beckford at karen.beckford@us.af.mil. This market research will inform the government's acquisition strategy but does not guarantee contract awards or reimbursements for proposal costs.
    CUSTOM SIGNAGE AND MATERIALS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified vendors for the procurement, delivery, and installation of custom signage and branded materials for the 950th Spectrum Warfare Group at Robins Air Force Base, Georgia. The contract encompasses the provision of high-quality products such as rugs, decals, and weather-resistant signage that must adhere to military specifications and feature unit-specific branding. This initiative is crucial for enhancing the visibility and identity of the military unit, ensuring that all materials are durable and suitable for various environments. Interested parties, particularly Women-Owned Small Businesses, must submit their quotes by March 28, 2025, at 4 PM EST, and are encouraged to contact Stephanie Akles or Cory Harris for further information regarding the solicitation process.
    Laser Vector Preventative Maintenance and Calibration
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide preventative maintenance and calibration services for Laser Vision Vector Measuring Machines and VB-series Tube Benders at Robins Air Force Base, Georgia. The contractor will be responsible for supplying all necessary materials, parts, labor, and travel to ensure the operational readiness of three Laser Vision Vector Measuring Machines and six VB-series Tube Benders, with a focus on safety and compliance with federal and Air Force regulations. This contract is critical for maintaining production capabilities, as the equipment is essential for certifying tubes in the shop, and the services are to be solicited on a sole-source basis from the original equipment manufacturer, NUMALLIANCE-NORTH AMERICA, INC. Interested parties can reach out to Hayley Dowling at hayley.dowling@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further inquiries, with the contract period estimated from November 25, 2024, to November 24, 2030.
    C-5 Visor Door Actuator Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of C-5 Visor Door Actuators under solicitation number FA8538-25-R-0003. This procurement aims to repair and maintain electronic and precision equipment, with a focus on ensuring the operational integrity and safety of critical aircraft components. The contract will span multiple ordering periods of one to five years, emphasizing compliance with rigorous quality assurance practices and documentation requirements. Interested vendors, including small, women-owned, and veteran-owned businesses, must submit their proposals by May 8, 2024, and can direct inquiries to Caiveon Thomas at caiveon.thomas@us.af.mil.