Sources Sought - Shop Floor Lift Installation
ID: FA251725SSZHType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)
Timeline
    Description

    The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is seeking information from potential contractors for the installation of three shop floor lifts. This procurement is part of market research aimed at informing future installation projects, with a focus on compliance with federal, state, and local safety standards. Interested vendors must respond by February 20, 2025, providing feedback on the suitability of the NAICS code 238210, warranty details, and project timelines, as this opportunity is crucial for enhancing operational capabilities at the Space Force Base. For inquiries, interested parties can contact Zachary Hodges at zachary.hodges.10@spaceforce.mil or 719-556-0609, or Brittney Rosenbaum at brittney.rosenbaum@spaceforce.mil or 970-688-8081.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) WT 14843640 outlines the requirements for connecting electrical power to three vehicle lifts at Peterson Space Force Base (PSFB), Colorado. The project mandates the provision of all necessary personnel, tools, and materials, adhering to federal, state, and local safety standards. The contractor must utilize existing electrical infrastructure and ensure minimal disruption to ongoing operations. Key requirements include submission of a project schedule, management of hazardous materials, and compliance with environmental protocols, including green procurement mandates. A hot work permit must be acquired for any activities posing fire hazards, and accessibility for worksite entry is contingent upon passing security screenings. The contractor must demonstrate relevant experience, with at least five years in the electrical field and licenses in Colorado. Project completion is estimated at 45 calendar days, with meticulous safety and cleanup procedures mandated. Upon completion, the contractor must provide necessary documentation, including wiring diagrams and warranties. The PWS emphasizes a committed approach to safety, environmental standards, and regulatory compliance in fulfilling the scope of work for this crucial installation.
    The 21st Contracting Squadron at Peterson Space Force Base is seeking information from potential contractors for the installation of three shop floor lifts, as outlined in their sources sought notice dated 12 February 2025. This request is part of market research to inform procurement strategies and is governed by FAR Part 10. The relevant NAICS code is 238210, indicating that interested parties must have a small business size standard not exceeding $19 million. Interested vendors are asked to provide feedback on the suitability of NAICS codes, warranty details, completion timelines, and company information by 20 February 2025. This announcement is not a solicitation or request for quotes but aims to gather data to determine next steps for installation projects. Responses should be directed to the specified Contract Specialist and Contracting Officer via email. The document emphasizes the importance of suitability and timing in the responses received from potential bidders as part of enhancing operational capabilities at the Space Force Base.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Building 2024 LPS Repairs
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron at Peterson Space Force Base, is seeking qualified contractors for the repair of the Lightning Protection System at Building 2024. The project entails replacing four damaged air terminal masts and ensuring compliance with relevant codes, environmental mandates, and safety standards, with a contract duration estimated at 7 calendar days. This initiative is crucial for maintaining safety and regulatory compliance in federal facilities, emphasizing the importance of environmental responsibility in the contracting process. Interested small businesses must respond to the Sources Sought Notice by February 20, 2025, providing details on their capabilities, experience, and certifications, with inquiries directed to Aaron Smith at aaron.smith.103@spaceforce.mil or Ashton Smith at ashton.smith.4@spaceforce.mil.
    Schriever Vehicle Barriers Maintenance and Repair (VB M&R) Services
    Buyer not available
    The Department of Defense, through the U.S. Space Force, is seeking proposals for Vehicle Barriers Maintenance and Repair (VB M&R) Services at Schriever Space Force Base in Colorado. The procurement aims to secure comprehensive maintenance, inspections, and minor repairs for various vehicle barrier systems, ensuring their operational readiness and compliance with federal standards. These services are critical for maintaining security and safety at military installations, reflecting the government's commitment to effective infrastructure management. Interested vendors must submit their proposals, including technical and past performance documentation, by the specified deadlines, with inquiries directed to Linda A. Cummings at linda.cummings@spaceforce.mil or by phone at 719-567-5758.
    Oil Sample Testing PSFB
    Buyer not available
    The Department of Defense, specifically the United States Space Force, is soliciting quotes for oil sample testing services at Peterson Space Force Base in Colorado. This procurement aims to conduct tests on 190 transformers and 5 switches to analyze the insulating oil's condition, adhering to ASTM and IEEE standards, and ensuring compliance with safety regulations. The selected contractor will play a crucial role in maintaining the operational integrity of critical infrastructure by assessing the performance of electrical equipment. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by 12:00 PM (MT) on February 25, 2025, with a requirement for a valid quote for 60 days post-submission. For further inquiries, potential bidders can contact Aaron Smith at aaron.smith.103@spaceforce.mil or 719-556-9087.
    Didsbury Hoist Maintenance - Fairchild AFB, WA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking authorized businesses to provide annual reconditioning and re-certification services for 25 Didsbury Pod hoist units at Fairchild Air Force Base in Washington. The procurement aims to ensure the safe operation of these hoists through comprehensive inspections, load testing, and necessary repairs, adhering to military regulations and technical guidelines outlined in the attached draft Statement of Work. This opportunity is critical for maintaining operational efficiency and safety standards for lifting systems used by the military. Interested parties must submit their capability statements by February 18, 2025, at 10:00 AM Pacific Time, and can contact Yuying Wang or Kathleen L. Rauch for further information.
    PKB Kardex Shelving and Hi-Density Spacesaving Systems Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for maintenance services related to PKB Kardex Shelving and Hi-Density Spacesaving Systems at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for routine inspections, emergency repairs, and ensuring the functionality of the systems, with services scheduled to commence on February 5, 2025, and extend through September 30, 2030, including a base year and four option years. This procurement is critical for maintaining operational efficiency and security within military facilities, emphasizing compliance with safety and environmental regulations. Interested contractors should contact Brandon Bartlett at brandon.bartlett.2@us.af.mil or (307) 773-3892 for further details and to ensure their proposals meet the outlined requirements.
    Buckley SFB Program Management Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Program Management Services at Buckley Space Force Base in Aurora, Colorado. The contract, designated as FA254325Q0005, aims to provide comprehensive program management support, including maintenance for facility utilities and dorm maintenance, with a total award amount of $25,500,000 over a performance period from March 30, 2025, to September 29, 2030. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal regulations, including labor standards and subcontracting limitations. Interested contractors must submit their quotes by February 18, 2025, and can direct inquiries to Anna Mallett at anna.mallett@spaceforce.mil or Matt Kennedy at matthew.kennedy.24@spaceforce.mil.
    Peterson SFB Wifi Services
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron (21 CONS), is seeking qualified vendors to establish one or more Blanket Purchase Agreements (BPAs) for commercial WiFi services at Peterson Space Force Base (SFB) in Colorado. Vendors must demonstrate their capability to provide comprehensive internet access, including various service tiers ranging from 1MB to 1GB, along with customer support, maintenance, and adherence to specific installation protocols. This procurement is crucial for ensuring reliable communication infrastructure at the military installation, with a response deadline set for August 16, 2029. Interested parties should contact Contracting Officer Jake Hluska at james.hluska@spaceforce.mil for further details.
    Hangar Door Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the maintenance of hangar doors at Eglin Air Force Base, Florida, under a contract valued at approximately $12.5 million. The contract requires quarterly inspections and preventative maintenance of two HydroSwing doors and one Wilson bi-fold door over a base year and four option years, ensuring operational reliability and compliance with safety standards. This procurement is particularly significant as it supports the operational capabilities of military facilities, emphasizing the government's commitment to utilizing small businesses, including those owned by women and economically disadvantaged individuals. Interested contractors must submit their offers by February 18, 2025, and can direct inquiries to Amn Alexander Maravilla at alexander.maravilla@us.af.mil or by phone at 850-882-0279.
    Wheel Build-Up Stand and Wheel Assembly Stand (Brand name)
    Buyer not available
    The Department of the Air Force is seeking qualified small businesses to provide a Wheel Build-Up Stand and Wheel Assembly Stand, specifically the Bauer Model 8071 and Model 8731, to support the 60th Maintenance Squadron at Travis Air Force Base. The procurement aims to replace outdated and inoperative equipment essential for assembling aircraft wheels, including those for the C-17, C-5, and KC-46, which has currently reduced production capacity to 25% of normal operations. This equipment is critical for maintaining aircraft readiness and preventing supply chain delays in maintenance operations. Interested vendors must submit their quotes by November 19, 2024, at 12:00 PM PST, and can contact SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or Vitaliy Kim at vitaliy.kim@us.af.mil for further information.
    Commercial Solutions Opening - NSSL Space Vehicle Processing
    Buyer not available
    The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) to enhance Space Vehicle (SV) processing capabilities at Cape Canaveral and Vandenberg Space Force Bases. The initiative aims to acquire innovative commercial solutions that can increase processing capacity and mitigate risks associated with rising launch demands, with an investment of up to $80 million allocated for fiscal year 2024. This CSO is critical for addressing the growing needs of national security space missions and encourages submissions that may include new technologies or process efficiencies, with a phased evaluation approach starting with PowerPoint briefings and White Papers due by May 31, 2024. Interested parties can contact Capt Jillian Kennedy at SSC.AA3.SVProcessingTeam@spaceforce.mil for further information.