RAF Lakenheath - Clinical Laboratory Work Benches
ID: FA558725Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5587 48 CONSAPO, AE, 09461-5120, USA

NAICS

Showcase, Partition, Shelving, and Locker Manufacturing (337215)

PSC

OFFICE FURNITURE (7110)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of clinical laboratory work benches at RAF Lakenheath, UK, under solicitation number FA558725Q0012. The project aims to enhance clinical testing capabilities for the 48th Medical Group by providing 12 units of specialized work benches, which will require a thorough site assessment, adherence to health and safety regulations, and coordination with local contractors for installation. This procurement is critical for maintaining operational efficiency in clinical settings, ensuring compliance with military standards, and facilitating effective laboratory operations. Interested vendors must submit their quotes by March 14, 2025, and can contact Jordan Temple at jordan.temple.1@us.af.mil or Isaiah Vinson at isaiah.vinson@us.af.mil for further information.

    Files
    Title
    Posted
    The Statement of Work (SOW) for the Clinical Laboratory Work Benches at Royal Air Force (RAF) Lakenheath outlines the procurement, delivery, and installation of durable and functional laboratory work benches as part of the 48th Medical Group's mission to provide high-level medical care. It specifies the requirement for site assessments to tailor designs that comply with industry standards such as ergonomic and safety regulations, including dimensions and features of various bench types, which encompass components like sinks, storage, and electrical outlets. The contractor must effectively manage contract execution, coordinate installation phases to avoid disrupting clinical operations, and ensure compliance with security and safety protocols. Delivery responsibilities vary based on vendor location, with specific guidelines for shipping included. The document emphasizes the importance of maintaining operational security and safety as well as proper shipping procedures. Overall, the SOW outlines a comprehensive approach to enhance laboratory capabilities while maintaining compliance with all applicable standards and regulations, reflecting the collaborative effort required between the contractor and government entities involved.
    The Statement of Work (SOW) outlines the requirements for providing laboratory work benches at the Royal Air Force (RAF) Lakenheath, aimed at enhancing clinical testing capabilities for the 48th Medical Group. The contractor is tasked with conducting an initial site assessment to determine specific laboratory needs, including space, storage, and utility integrations like sinks and electrical outlets. Detailed design specifications, including material compliance with health regulations and safety guidelines, must be provided. The project involves the phased removal and installation of work benches without disrupting clinical operations and requires coordination with local contractors for related installations. Security, safety protocols, and access to DoD installations are emphasized, necessitating proper documentation for contractor personnel. Shipping arrangements differ for vendors inside and outside the UK, with strict guidelines on freight costs, weight, and dimension limitations. This document reflects the structured project management necessary for military-related contracts, aligning with government regulations and standards.
    The document outlines a quotation for the procurement of clinical laboratory work benches by the 48th Contracting Squadron at RAF Lakenheath, UK. The quote submission is tied to solicitation number FA558725Q0012, issued on January 27, 2025, with a response deadline of February 28, 2025. The document mandates that offerors must be registered in the System for Award Management (SAM) and complete their representations and certifications. Key components include details such as company information, delivery schedule, and pricing, which must provide unit price and total offered price in specified currency. The submission reaffirms the company's agreement to the solicitation's terms, stressing the importance of providing required information to avoid exclusion from consideration. This initiative reflects the federal government's process of soliciting products to meet specific operational needs while ensuring compliance with regulations and standards related to contracting.
    The provided document consists of a series of questions and responses regarding the specifications and requirements for clinical laboratory workbenches as part of a government Request for Proposals (RFP). Key topics include the lack of need for height-adjustable benches, material specifications for sinks, and confirmations on the weight capacity of designated positions for equipment. The document addresses design inquiries by seeking clarification on design requirements, the necessity of a Designer of Record, design timelines, and required permits, which are crucial for ensuring compliance with safety and ergonomic regulations. Further details include confirmations regarding materials, with a preference indicated for epoxy resin sinks and high-pressure laminate for bench surfaces. Additionally, discrepancies were noted between the stated quantities in various attachments, highlighting the need for clarity on required quantities for bench areas. Overall, the document aims to ensure that the proposals for the lab workbenches meet specific operational, safety, and design standards as mandated by relevant guidelines, facilitating a compliant and functional work environment in clinical settings.
    The document serves as a combined solicitation for clinical laboratory work benches under solicitation number FA558725Q0012, issued by the Department of the Air Force. It invites quotes for supplying 12 units of these commercial items as detailed in the Statement of Work (Attachment 1). The acquisition adheres to FAR regulations, specifically FAR Parts 12 and 13, and is not subject to small business set-asides due to its overseas location. A site visit for interested offerors is scheduled prior to quote submission, recommended but not mandatory, and all quotes are to be submitted by February 28, 2025. The proposal emphasizes attendance for understanding site conditions impacting execution. Additionally, the document outlines inspection and acceptance procedures at a specified military address. The contract includes necessary clauses, provisions, and instructions for offerors, including requirements for electronic invoicing via the Wide Area Workflow system and compliance with various acquisition regulations. It is aimed at enabling the contracting squadron to procure essential laboratory equipment, reflecting the government's commitment to enhance operational capabilities at the 48th Medical Group. Overall, the structure comprises solicitation details, requirements, submission instructions, clauses, and associated attachments to guide potential vendors in preparing their quotes efficiently.
    This document is an amendment to a solicitation by the federal government, issued to clarify requirements and update submission deadlines for potential vendors. The amendment extends the response due date from February 28, 2025, to March 14, 2025, adds questions and answers from previous vendors, modifies the Statement of Work, and includes other administrative changes. Key details include the evaluation factors for bid proposals, where the government aims to award a contract based on a best value determination, considering technical capability, experience, and price, with priority on fair and reasonable pricing. Vendors must provide comprehensive technical documentation illustrating how their offerings meet the specified requirements. The government reserves the right to enter into communications with any, some, or none of the vendors during the evaluation, emphasizing the importance of initial proposals being as competitive as possible. Overall, the document serves to ensure procedural clarity for contractors while aiming to secure the best overall contract for the government.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Tri-Base Area Construction Basic Ordering Agreement
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors for the Tri-Base Area Construction Basic Ordering Agreement (BOA) to perform various construction projects at RAF Lakenheath, RAF Mildenhall, and RAF Feltwell in the United Kingdom. The procurement aims to establish a framework for general construction, renovations, and maintenance services, ensuring compliance with U.S. and UK construction standards, health, safety, and environmental regulations. This BOA is crucial for maintaining and enhancing military infrastructure, with task orders to be competitively awarded based on pricing and quality criteria. Interested contractors should contact Mr. Roger Morris at roger.morris.7@us.af.mil or call 01638 522 394 for further details, and applications will be accepted on a rolling basis until the solicitation closes.
    48 CES US Ranges
    Buyer not available
    The Department of Defense, through the 48th Civil Engineering Squadron (48 CES), is seeking a contractor to supply and deliver 120 new freestanding ranges for the Furnishings Management Section at RAF Feltwell, United Kingdom. The procurement aims to replace outdated units and ensure that the new ranges meet specific technical standards, including electrical safety certifications and compatibility with a 220-240V voltage system. These appliances are crucial for accommodating incoming personnel and maintaining operational readiness at the military base. Interested vendors must submit their quotes electronically by March 20, 2025, and direct any inquiries to Jordan Goode at jordan.goode.1.gb@us.af.mil or Esther Hamilton at esther.hamilton@us.af.mil by March 13, 2025.
    Static Aircraft Display Restoration - F100D
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the restoration of a static F100D aircraft display at RAF Lakenheath, Suffolk, United Kingdom. The project involves comprehensive cleaning, repairing, and repainting of the aircraft, which has not undergone professional restoration since 2015, and aims to preserve military history while ensuring compliance with U.S. and U.K. regulations. This initiative underscores the importance of maintaining historical displays on military installations, with a firm-fixed-price contract expected to commence on May 15, 2025, and conclude on May 14, 2026. Interested contractors must submit their quotations by March 21, 2025, and direct any inquiries to A1C Maxim Popov at maxim.popov@us.af.mil or MSgt Jaime Compean at jaime.compean@us.af.mil.
    Dining Facility (DFAC) Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide Dining Facility (DFAC) Services at RAF Lakenheath in Suffolk, United Kingdom. The procurement involves comprehensive food service operations at the Knights Table Dining Facility and the Hot Pit Flight Kitchen, including food preparation, serving, sanitation, and waste management, while ensuring compliance with military protocols and high service standards. This contract is crucial for maintaining operational readiness and providing quality meal services to military personnel, particularly during emergencies or special events. Interested parties can reach out to Roman Pavlovich at roman.pavlovich@us.af.mil or Christopher Stallings at christopher.stallings.2@us.af.mil for further details regarding this opportunity.
    Lantern High Bay Computer Table Refresh
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement and installation of fifty-five high bay computer tables at Hanscom Air Force Base in Massachusetts. The project requires adherence to various building codes and regulations, with specific table dimensions of 48"W x 30"D, including features such as cable management and modesty panels. This procurement is crucial for refreshing office furnishings to meet operational needs while ensuring compliance with safety and regulatory standards. Interested vendors must submit their proposals by March 19, 2025, with a desired completion date for delivery and installation by April 22, 2025. For inquiries, contact Eric Ramos at eric.ramos.4@us.af.mil or Eva Leavitt at Eva.leavitt@us.af.mil.
    48 CES UK Washers and Dryers
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking quotes for the procurement of washing machines and condenser dryers for the 48th Civil Engineering Squadron located in the United Kingdom. The solicitation, numbered FA558725Q0017, specifies the need for 265 washing machines and 300 condenser dryers that meet particular energy efficiency and operational standards, including CE certification and specific voltage requirements. This procurement is vital for enhancing the operational capabilities of the overseas base, ensuring that the equipment is compliant with federal acquisition regulations. Interested vendors must submit their quotes via email by March 13, 2025, with inquiries due by March 6, 2025; for further information, they can contact Joanne Tansley at joanne.tansley.gb@us.af.mil or Jordan Temple at jordan.temple.1@us.af.mil.
    F-16 Installation Kits
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotations for the procurement of F-16 Installation Kits, specifically identified under solicitation number FA8212-25-Q-0010. The procurement involves the supply of installation kits and related components, which are critical for modifying and maintaining military test equipment, ensuring operational readiness and compliance with stringent quality standards. Interested vendors must adhere to various federal regulations, including quality assurance provisions and inspection requirements, with a submission deadline for quotations set for March 10, 2025. For further inquiries, potential contractors can contact Jo Blakley at Jo.Blakley@us.af.mil or by phone at 801-586-3461.
    Solicitation: FA8212-25-Q-0013 F-16 Power Dist. Panel
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the supply of 15 power distribution panels (NSN: 6110-01-668-3072) designated for use in F-16 aircraft, under solicitation number FA8212-25-Q-0013. The procurement requires compliance with rigorous manufacturing qualification standards, including a qualification testing cost estimation of approximately $3,500, and adherence to specific packaging and marking requirements as outlined in military standards. These panels are critical components for the F-16, ensuring operational efficiency and safety in military aviation. Interested vendors must submit their quotations by March 14, 2025, and can direct inquiries to primary contact Cydnee Simpson at cydnee.simpson@us.af.mil or secondary contact Brandon Moses at brandon.moses.1@us.af.mil.
    Lab Chemistry Analyzer and Cost-Per-Test Agreement for Robins Air Force Base
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a Lab Chemistry Analyzer and a Cost-Per-Test Agreement specifically for Robins Air Force Base located in Warner Robins, Georgia. This procurement aims to acquire analytical laboratory instruments that are crucial for chemical analysis, ensuring efficient and accurate testing capabilities within military healthcare facilities. Interested vendors should note that the primary contact for this opportunity is Brittany Belsches, who can be reached at brittany.n.belsches.civ@health.mil, while secondary inquiries can be directed to Lenore Y. Paseda at lenore.y.paseda.civ@health.mil. Further details regarding the timeline and funding specifics will be provided in the forthcoming solicitation.
    100 LRS Modular Portable Cargo Loading Ramp
    Buyer not available
    The Department of Defense, specifically the 100th Logistical Readiness Squadron (100 LRS), is seeking proposals for a Modular Portable Cargo Loading Ramp to be delivered to RAF Mildenhall, UK. This ramp is essential for enhancing operational capabilities in offloading wheeled assets, particularly in locations where conventional cargo docks are unavailable, addressing current logistical challenges. The ramp must support a load capacity of 50 short tons, be adjustable for various vehicle wheelbases, and be transportable on a 463L pallet, with a delivery lead time of 30 days post-award. Interested contractors should submit their bids by March 12, 2025, and can direct inquiries to Jordan Goode at jordan.goode.1.gb@us.af.mil or Jordan Temple at jordan.temple.1@us.af.mil.