Base Operations and Support (BOS) Services @ March ARB, CA
ID: FA466424R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4664 452 MSG PKMARCH ARB, CA, 92518-1716, USA

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Base Operations and Support (BOS) Services at March Air Reserve Base (ARB) in California. The contract encompasses a range of services including Materiel Management, Ground Transportation, Traffic Management, Real Property Maintenance, and Fuels Management, with the intention of awarding a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract on an all-or-nothing basis. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a total contract value estimated at over $50 million based on the previous vendor's contract. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Jon D. Aaron at jon.aaron@us.af.mil or Victoria Boston at victoria.boston@us.af.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the contractor's responsibilities at March Air Reserve Base, covering areas such as materiel management, ground transportation, vehicle management, traffic management, real property maintenance, and fuels management. Key requirements include ensuring compliance with operational and safety standards, maintaining necessary personnel certifications, and upholding quality assurance through ongoing evaluations and customer service. The contractor must also adhere to government guidelines related to security, environmental protection, and proper handling of hazardous materials while providing seamless operational support.
    The document recommends using Acrobat X or Adobe Reader X or later for optimal viewing of a PDF portfolio. It prompts users to download Adobe Reader if they do not have it.
    The document details a list of various requisitioned items under a government contracting framework, categorized into serially managed and non-serially managed sections, along with their specifications such as item name, description, and acquisition costs. It also outlines compliance requirements, delivery events, and provides a comprehensive breakdown of the procurement categories for efficient management. The extensive inventory includes vehicles, tools, equipment, and supplies necessary for governmental functions.
    The ITO Pricing Workbook provides detailed instructions for calculating the Total Evaluated Price (TEP), which includes various contract line item numbers (CLINs), and specifies that offerors must input data only in designated blue cells. It outlines separate worksheets for Firm-Fixed Price, Service Contract Labor Standards, and Construction Wage Rates, emphasizing that no alterations can be made to the standard format outside of specified sections or it may lead to disqualification. Additionally, it details pricing methods and labor hours evaluation for multiple categories while ensuring all proposals align with the stated requirements.
    The Department of Defense Contract Security Classification Specification outlines security requirements for handling classified information related to a contract for Base Operation and Support Services at March Air Reserve Base, CA. The contract requires a Secret Facility Security Clearance and details the responsibilities for safeguarding classified material, including compliance with various DoD security policies and guidance. Additionally, specific procedures for access, storage, and transmission of classified information are mandated, with clear instructions for reporting security incidents and managing Controlled Unclassified Information (CUI).
    The document outlines the task ordering procedures for the Base Operations Support (BOS) Services Indefinite Delivery/Indefinite Quantity (IDIQ) Contract at March Air Reserve Base, CA, specifying a performance period from January 2025 to June 2030, including phases for on-boarding and off-boarding services. It details the various types of task orders, funding options, and the procedures for issuing additional task orders as necessary. The ordering schedule is defined, indicating when various phases and option years will occur.
    The document advises users to open a PDF portfolio using Acrobat X or Adobe Reader X or later versions for optimal viewing. It also includes a link to download Adobe Reader.
    The document advises users to open the PDF portfolio using Adobe Acrobat X or Adobe Reader X or later versions for optimal viewing. It also provides a link to download Adobe Reader.
    The document advises users to open the PDF portfolio using Acrobat X or Adobe Reader X or later versions for optimal viewing. A link to obtain Adobe Reader is also provided.
    The document recommends using Acrobat X or Adobe Reader X, or later versions, for optimal viewing of a PDF portfolio. It also provides a link to download Adobe Reader.
    This document recommends using Acrobat X or Adobe Reader X, or later, for optimal viewing of the PDF portfolio. It includes a prompt to download Adobe Reader for improved accessibility.
    This document outlines the equivalent federal wage rates for various employee classes, in accordance with FAR regulations, showcasing specific grades and steps. Additionally, it notes a fringe benefits percentage of 33.2% for FY24 applicable to all listed employee classes. A link to further details on the rates is provided.
    The document outlines wage determinations for employees working under a Department of Defense contract at March Air Reserve Base, CA, with services including Material Management and Fuels Management. It references a Collective Bargaining Agreement between Criterion Corporation and the International Association of Machinists & Aerospace Workers Local Dist. Lodge 725, effective from July 1, 2020, to December 31, 2023. Employees are to receive wages and benefits as stipulated in the current collective bargaining agreement and any modifications.
    The Collective Bargaining Agreement between Criterion Corporation and the International Association of Machinists & Aerospace Workers, District Lodge 725, covers employment terms for workers at March Air Reserve Base from July 1, 2020, to December 31, 2023. Key provisions include union recognition, management rights, no-strike commitments, grievance procedures, wage structures, and employee benefits such as sick leave, vacation, health and welfare contributions, and pension plans. The agreement emphasizes cooperation between the company and the union, highlights employee rights, and outlines disciplinary processes.
    The document outlines wage determinations for workers employed under a Department of Defense contract at March Air Reserve Base, California, specifically for Base Operation and Support Services. It references a Collective Bargaining Agreement between Criterion Corporation and the International Association of Machinists effective from June 1, 2020, to December 31, 2023, ensuring compliance with the Service Contract Act for wage rates and fringe benefits. The last revision to the wage determination was made on October 7, 2020.
    The Collective Bargaining Agreement between Criterion Corporation, EAST Incorporated, and the International Association of Machinists & Aerospace Workers covers the period from June 1, 2020, to December 31, 2023, outlining employer and employee rights, work conditions, wage scales, grievance procedures, and various employee benefits. Key provisions include union recognition, management rights, no-strike clauses, and comprehensive policies on issues like discipline, overtime, holidays, and leave entitlements. The agreement seeks to ensure fair labor practices while promoting operational efficiency at the March Air Reserve Base in Moreno Valley, California.
    The document outlines wage determinations for contracts subject to the Service Contract Act in California, specifying minimum wage rates based on contract award dates and applicable executive orders, with a current minimum of $16.20 per hour effective from January 30, 2022. Occupations and their corresponding wage rates are detailed, alongside mandated fringe benefits such as health & welfare and vacation entitlements. Additionally, it discusses the conformance process for unlisted occupations, ensuring appropriate compensation in compliance with the Act.
    The document provides a comprehensive wage determination for construction projects in Riverside County, California, including specific wage rates for various labor classifications subject to the Davis-Bacon Act and the applicable Executive Orders. It outlines requirements for minimum wage rates based on contract award dates, additional pay conditions for hazardous work, and premium pay for certain military base locations. It also details the appeal process for wage determination decisions and provides various classifications and their corresponding wage and fringe benefits.
    The document provides detailed instructions for offerors responding to a Request for Proposal (RFP), emphasizing the importance of compliance with submission guidelines, formatting, and content requirements to avoid disqualification. It includes specific sections for proposal organization, technical approach, past performance, and pricing, outlining what information must be submitted and the evaluation criteria that will be employed. Additionally, the document highlights the necessity for clear communication with the Procurement Contracting Officer, deadlines for questions, and the formalities of proposal submissions via the Procurement Integrated Enterprise Environment (PIEE).
    The document outlines the source selection information and evaluation basis for an acquisition using Performance-Price Tradeoff (PPT) procedures. The evaluation will consider technical proposals, past performance, and pricing, with past performance weighted significantly more heavily than price; an offeror must demonstrate compliance with all requirements and must maintain eligibility through accurate contract documentation and facility clearance. Proposals may be eliminated from competition based on evaluative determinations, and multiple rounds of assessment may occur, concluding with an award to the offeror providing the best value to the Government.
    Criterion Corporation's Phase-Out Plan for Base Operating Services at March ARB, CA, outlines procedures to transition operations to a successor contractor 45-60 days before contract expiration. The on-site Project Manager will coordinate with various stakeholders to ensure a smooth transfer while continuing to support the base's mission. The document specifies that the use or disclosure of its data is restricted as stated on the title page.
    The FA466424R0001 Attachment 23 form is a reference sheet designed for contractors to submit information about their financial institutions as part of the contractor responsibility evaluation for Base Operations & Support Services at March ARB, CA. Contractors must provide details such as company name, point of contact, account information, and permission for the financial institution to release account data to contracting officials. Financial institutions are required to confirm account details, including balances and credit ratings, and provide a signature for verification.
    The document outlines a structured format for contract identification, detailing fields such as contractor information, contract type, program description, performance periods, contract dollar value, work performed, issues encountered, agency identification, and respondent information. Each section requires precise details about the contract and stakeholders involved, including any discrepancies in performance schedules and dollar values. The additional notes emphasize the importance of highlighting the corresponding sections when providing supplementary information.
    This document is a Past-Performance Questionnaire for the U.S. Air Force's competitive selection process for a Base Operations & Support Services program at March Air Reserve Base. It outlines the necessary components for evaluating an Offeror's past performance and requests input from organizations with relevant experience, with responses due 25 days after the formal solicitation posting. The completed questionnaire will contribute to the official Source Selection records and must adhere to Controlled Unclassified Information (CUI) protocols.
    The document outlines the necessity for subcontractors and teaming partners to provide consent for the release of their past performance information to prime contractors, as such information cannot be disclosed without their permission. It includes a sample consent letter that subcontractors/teaming partners should complete and submit as part of their Past Performance Volume in response to a proposal for the Department of the Air Force. The consent facilitates the government's assessment of past performance in the source selection process.
    The document emphasizes the necessity of client authorization letters for contractors submitting proposals to the Air Force, specifically for RFP No. FA466424R0001 for Base Operations & Support services. These letters allow the government to contact commercial customers to evaluate the contractors' past performance. The letter template provided must be completed by every identified commercial customer and submitted with the proposal's Past Performance Volume.
    A site visit for Solicitation #FA466424R0001 at March Air Reserve Base is scheduled, with details including a meeting point at the Base Exchange and limited attendance to two representatives per contractor. All attendees must submit a Base Entry Access Request Form by the specified deadline, and non-U.S. citizens must undergo a 15-day vetting process. Any questions about the solicitation should be submitted in writing, and responses will be issued through formal amendments posted online.
    The document is a worksheet outlining questions and responses related to Base Operations and Support (BOS) services for March Air Reserve Base, dated July 10, 2023. It appears to include multiple entries concerning company names, points of contact, service types, and specific inquiries related to the performance work statement, although many fields remain empty. The worksheet serves as a reference for clarifying operational details pertinent to the BOS services contract (FA466424R0001).
    This document serves as an amendment to a previously issued solicitation under federal procurement processes. The main purpose is to extend the submission deadline for offers and to rectify the omission of the RFP SF33 from the Procurement Integrity Enterprise Environment (PIEE) system. It outlines the requirements for offerors to acknowledge receipt of this amendment and details the process for modifying previously submitted offers. Key changes highlighted include an updated NAICS Code for the opportunity as 561210, a 100% set-aside for Service-Disabled Veteran-Owned Small Business participation, and significant modifications to the contract's structure, resulting in a complete rewrite. The new contract types established include a Single-Award IDIQ and various pricing structures, emphasizing compliance with updated labor laws. Additionally, the document specifies the timelines for mobilization and de-mobilization tasks, along with the responsibilities regarding Government Furnished Property (GFP). Offerors are urged to familiarize themselves with the revised provisions and potential changes in labor and subcontracting clauses that will impact the bidding process. The Q&A cut-off date and compliance with new FAR clauses are also underlined to ensure clarity and transparency in the procurement process.
    The document is an amendment to a solicitation, extending the submission deadline and making various modifications essential for potential contractors. It details required acknowledgments of the amendment by offerors, outlining methods for acknowledgment and stipulating consequences for failure to comply. Key changes include the addition of a corrected pricing workbook and the insertion of the NAICS code '561210', with a specified set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation also introduces new contract types, including a single-award indefinite delivery/indefinite quantity (IDIQ) contract, and emphasizes updated provisions regarding government-furnished property and labor law compliance. Additionally, modifications relevant to mobilization and demobilization periods are highlighted, along with the introduction of new Federal Acquisition Regulation (FAR) clauses. This amendment serves to ensure clarity, compliance, and updated terms to guide prospective contractors in their submission of offers within the proper regulatory framework of government contracts.
    The document is an amendment to a solicitation concerning a federal contract under the jurisdiction of March Air Reserve Base, California. It communicates an extension to the deadline for receiving offers and outlines the process by which contractors must acknowledge receipt of the amendment. The document specifies various methods for acknowledgment, including completing designated sections and returning copies or providing electronic communication referencing the amendment. It further clarifies that changes to already submitted offers must also be appropriately referenced. The purpose of this amendment is notably to add a revised attachment (Attachment #4, ITO Pricing Workbook) due to a previous upload issue. The amendment affirms that all other terms and conditions of the contract remain unchanged and valid. The overall aim of this amendment is to ensure clarity and adherence to contracting procedures while facilitating updated pricing information for potential bidders.
    The document is an amendment to a solicitation related to a contract issued by the federal government. It extends the deadline for receiving offers and outlines methods for contractors to acknowledge the receipt of the amendment. Contractors may change their previously submitted offers by following specific communication protocols. The document also provides sections for modifications related to contract orders, indicating whether administrative changes or substantive modifications are being made. It highlights the restoration of missing RFP attachments within the PIEE Solicitation Module as the main purpose of the amendment. Essential details include the solicitation number FA466424R0001 and the effective date of July 23, 2024, as well as contact information for the contracting officer. Overall, the amendment ensures all terms remain effective while revising specific components for smoother contractor engagement and compliance.
    The document is an amendment related to a federal solicitation, specifically extending the due date for offers on the March ARB Base Operations Support (BOS) solicitation until September 9, 2024. It outlines the process for acknowledging the amendment, requiring offerors to confirm receipt via various methods, including returning a signed copy or electronic communication. The amendment specifies that changes to offers can be made, provided they comply with documentation protocols. The document retains the original terms and conditions of the solicitation, emphasizing that only specified modifications are enacted while all others remain in effect. The main point of the amendment is to accommodate ongoing inquiries and updates related to the solicitation, ultimately ensuring clarity and compliance for potential contractors. The structured format of the document includes sections for signing and details on who issued and administers the contract, reinforcing its formal government nature. This amendment plays a crucial role in managing the timeline and requirements for government contract bidding processes.
    This government document serves as an amendment to a prior solicitation, extending the proposal due date for offers related to a contract. Specifically, it corrects information from Amendment 0005, now setting the deadline to September 11, 2024, at 12:00 PM Pacific Time, or 3:00 PM Eastern Time. The mandated acknowledgment of this amendment by potential offerors includes options for completing designated items on the form, directly referencing the amendment in submitted offers, or sending a separate letter or electronic notice. The document outlines the essential administrative procedures for modifying contract orders, ensuring compliance with federal guidelines. It emphasizes that failure to acknowledge this amendment in time could lead to the rejection of offers, thereby highlighting the importance of adherence to timelines and procedural accuracy in government contracting processes. Overall, the document underscores the procedural formalities in managing amendments within government solicitations while ensuring contractors are fully informed of updated timelines and conditions.
    The document is an amendment to a government solicitation, detailing changes to procurement processes and documents related to the Request for Proposals (RFP) for the MARB Base Operations Support. The amendment primarily extends the deadline for submitting offers from September 11, 2024, to September 20, 2024, and introduces several revised attachments critical for contractors. Key changes include the addition of new documents, such as updated Performance Work Statements (PWS), Contract Data Requirements Lists (CDRLs), and a tabulation of technical libraries, while some outdated attachments were removed. The document mandates that all offerors must acknowledge the amendment before the outlined deadline, which may otherwise lead to rejection of offers. This structured modification ensures all parties are aware of the current requirements and provides a clear framework for compliance moving forward, demonstrating the federal government's commitment to transparency and due process in procurement activities. The amendment's organization follows a systematic approach, clearly identifying sections for modification, and administrative updates reflecting changes in the contract specifications and relevant data.
    The document details an amendment to a solicitation for contract services at March Air Reserve Base (MARB), specifically addressing questions posed by vendors regarding the Base Operations Support (BOS) contract. It outlines critical contract modification information, including the response procedures for vendors to acknowledge receipt of the amendment. Three key questions received inquiring about the last vendor and contract values, labor category changes for construction, and bidding processes for labor rates were answered. The current vendor, Criterion Corporation and Eagle Aviation Services & Technology, holds a contract valued at over $50 million. Additionally, updates regarding labor categories indicate a change from a previous designation and a clarification on wage determinations, emphasizing that the higher union contract rates should prevail over the Service Contract Act rates. The document concludes the Q&A phase, ensuring that participating contractors have the necessary information for their bids. This amendment is part of ongoing federal efforts to ensure transparency and adherence to procurement protocols in government contracting processes.
    The document outlines a solicitation for a contract under the Defense Priorities and Allocations System for Base Operations Support Services at March Air Reserve Base, CA, with a proposal submission deadline of November 30, 2023. It includes details on contract requirements, types of services to be provided, and compliance with various federal regulations, emphasizing that the successful bidder will manage multiple service areas such as Materiel Management, Transportation Operations, and Real Property Maintenance, among others. Additionally, specific provisions regarding pricing arrangements, contract clauses, and labor law compliance are highlighted, ensuring contractors are aware of their obligations and the terms of service.
    Similar Opportunities
    FA466424R0004 - SABER IDIQ March ARB
    Active
    Dept Of Defense
    The Department of the Air Force is soliciting proposals for the FA466424R0004 - SABER IDIQ contract, aimed at providing a range of construction, sustainment, restoration, and modernization services at March Air Reserve Base in California. This Firm-Fixed Price indefinite delivery, indefinite quantity (IDIQ) contract is specifically set aside for 8(a) Small Businesses, with a ceiling of $7.5 million, and is designed to expedite the execution of task orders by minimizing design work and acquisition lead times. The scope of work includes maintenance, repair, alteration, renovation, and new construction of various facilities, emphasizing the need for prompt response and execution. Interested parties can reach out to Jerimy Bell at jerimy.bell@us.af.mil or Michael Vu at Michael.Vu.1@us.af.mil for further details.
    Base Operations Support (BOS) Services - Pittsburgh ARS, PA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Base Operations Support (BOS) Services at the Pittsburgh Air Reserve Station (ARS) in Pennsylvania. The contract will encompass various services, including Materiel Management, Ground Transportation and Vehicle Management, Traffic Management Operations, Real Property Maintenance and Services, and Fuels Management, with a focus on providing comprehensive support to the 911th Air Wing. This opportunity is set aside for SBA Certified Women-Owned Small Businesses (WOSBs) and will be awarded as a single, five-year Indefinite-Delivery Indefinite-Quantity (IDIQ) service contract, with an anticipated award date around February 2025. Interested parties should prepare for a pre-proposal conference scheduled for late October to early November, and must ensure they are registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Juan Martinez at juan.martinez.82@us.af.mil or Ryan Scott at ryan.scott.34@us.af.mil.
    Construction of a KC-46 Two-Bay Hangar at March Air Reserve Base (ARB), CA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is seeking contractors for the construction of a KC-46A Two-Bay Maintenance Hangar at March Air Reserve Base in California. The project involves the demolition of an existing hangar and the construction of a new facility designed to support the maintenance and repair of the KC-46A aircraft, accommodating approximately 300 personnel and including various administrative and maintenance spaces. This initiative is crucial for enhancing military readiness and operational efficiency, with an estimated construction cost ranging from $100 million to $250 million. Interested contractors should note that the solicitation is currently suspended, with a new proposal due date to be announced, and they can contact Lindsay Lawrence at Lindsay.B.Lawrence@usace.army.mil for further information.
    $99M California Construction MATOC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is soliciting proposals for a $99 million construction Multiple Award Task Order Contract (MATOC) focused on commercial and institutional building construction in California. This opportunity is set aside for small businesses, in accordance with FAR 19.5, and aims to support various construction projects that may arise within the specified region. The procurement is significant as it facilitates the development and maintenance of essential infrastructure, contributing to the operational capabilities of the Army. Interested contractors should reach out to Gilbert Coyle at gilbert.coyle@usace.army.mil or Barton Kirkpatrick at barton.t.kirkpatrick@usace.army.mil for further details, and note that the response date is pending the release of Amendment 0004, with the current amendment (Amendment 0003) issued on August 20, 2024.
    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.
    MABSM Implementation and Sustainment for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the implementation and sustainment of the Maintenance Business System Modernization (MABSM) program for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups. This procurement aims to support the Maintenance, Repair, and Overhaul (MRO) applications, which are critical for managing the entire Depot process from asset induction to sale, ensuring compliance with evolving Air Force requirements. Interested parties, particularly small businesses including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned concerns, are encouraged to respond to this Sources Sought notice by providing their company information, size status, and relevant experience by September 24, 2024, at 4:00 PM MST, to Jason Neering at jason.neering@us.af.mil.
    Sustain Overhead Electrical DMAFB
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force, is seeking bids for the sustainment and replacement of overhead electrical systems at Davis-Monthan Air Force Base in Tucson, Arizona. The project involves the repair and replacement of utility poles, cross arms, and air break switches, with a focus on enhancing the reliability and capacity of the electrical distribution system. This procurement is critical for maintaining operational efficiency and safety at the base, ensuring that electrical infrastructure meets military standards. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their Expression of Interest by August 14, 2024, with a site visit scheduled for September 4, 2024, and proposals due by September 19, 2024. For further inquiries, contact Michael Ginyard at michael.ginyard@us.af.mil or Joshua Drawdy at joshua.drawdy.2@us.af.mil. The estimated contract value ranges from $500,000 to $750,000, with a project duration of approximately 287 days.
    163 RD ATKW Repair Freightliner Tractor Trailers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a qualified contractor to repair two Freightliner Tractor Trailers for the 163rd Attack Wing at Moffett Field, California. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 811111, which pertains to General Automotive Repair. The contract will be awarded as a firm-fixed-price agreement, although no funds are currently available for this acquisition, and the award will only proceed once appropriated funds are secured. Interested offerors must register in the System for Award Management (SAM) and can reach out to David Moreno at david.moreno.34@us.af.mil or 951-655-55461 for further inquiries.
    ROBOTIC SYSTEMS SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Robotic Systems Services to support the maintenance and repair of government-owned robotic systems at Robins Air Force Base in Georgia. The contractor will be responsible for providing technical expertise, training, engineering support, parts, and materials to ensure the effective functioning of up to 70 robotic systems, with the goal of minimizing downtime and enhancing operational efficiency. This procurement is a Total Small Business Set-Aside, with an estimated contract value of approximately $12.5 million, and proposals are due by September 23, 2024. Interested parties can contact Michele Watts at michele.watts.1@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further information.
    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.