JBSA-Lackland Carwash Upgrade
ID: FA301624Q5216Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the upgrade of the carwash facility at Joint Base San Antonio (JBSA)-Lackland in Texas. The project involves disconnecting existing automatic carwash equipment and installing a manual wash system equipped with a soap brush and trigger wand, aimed at enhancing operational efficiency and serviceability. This upgrade is critical for maintaining the functionality of vehicle maintenance operations within the military, ensuring that vehicles are properly cleaned and maintained. Interested small businesses must submit their quotes by September 18, 2024, and are encouraged to attend a site visit scheduled for August 29, 2024. For further inquiries, potential bidders can contact Kailah Kraus or Vivian Fisher via their respective emails.

    Point(s) of Contact
    Files
    Title
    Posted
    The Combined Synopsis/Solicitation FA301624Q5216 is a request for quotations from small businesses for a 100% Small Business Set-Aside. It seeks a firm to disconnect the automatic carwash equipment from the north bay of the JBSA-Lackland carwash facility and install a manual wash system. The work must be performed according to the criteria outlined in the Statement of Work. Offerors must submit a technical description and a completed copy of the provision representations and certifications. The government will award a single Firm-Fixed-Price purchase order using the Lowest Price Technically Acceptable evaluation method. Quotes are due by 2:00 PM CT on August 28, 2024, and the contracted work must be completed within 30 days of award.
    The government seeks quotes for a 100% small business-set-aside contract to replace an automatic car wash system with a manual one at the JBSA-Lackland carwash facility. Offerors must submit detailed technical narratives explaining their ability to meet the project's requirements, along with pricing information. The contract will be awarded using the Lowest Price Technically Acceptable method. Quotes are due by 2:00 PM CT on September 4, 2024, and must remain valid for 30 days. Businesses must register in the System for Award Management to be eligible for award, and mandatory fields are outlined in the RFP. The government reserves the right to cancel the solicitation without incurring any costs.
    The document is an amendment to a combined synopsis/solicitation FA301624Q5216 issued by the United States Air Force for car wash rack repairs at JBSA-Lackland facility. The Request for Quotation (RFQ) is open only to small businesses and emphasizes that all costs incurred in responding will not be reimbursed. The requirement involves disconnecting the existing automated equipment and installing a manual wash system, with submission details outlined including a due date of September 18, 2024. Quotes must include a technical description and comply with several Federal Acquisition Regulations (FAR). The evaluation will follow a Lowest Price Technically Acceptable (LPTA) method, whereby quotes are ranked based on price before assessing technical acceptability for the lowest bids. The document emphasizes that it aims to encourage competitive bidding while ensuring compliance with safety and operational standards during the project. Additionally, mandatory registrations with the System for Award Management (SAM) are required for eligibility in the bidding process.
    The government document FA301624Q5216 outlines a request for pricing on a car wash upgrade in accordance with the provided Statement of Work. It specifies that the quantity required is one (1) unit, with the requirement to submit a unit price and calculate the extended amount for this service. All pricing submissions must be rounded to two decimal points. The quote must remain valid for a period of thirty days following its submission. The document's structure is straightforward, focusing on the supply of services requested, along with instructions on pricing, quantity, and validity. This request falls under the umbrella of federal contracts, highlighting the importance of competitive bidding and precise pricing in government procurement processes.
    The document FA301624Q5216 outlines the provisions and clauses applicable to federal contracts, particularly focusing on commercial products and services. Key regulations pertain to offeror representations and certifications, including requirements related to the System for Award Management (SAM), compliance with federal laws, and various contractor obligations. Important clauses address issues such as restrictions on the use of telecommunications equipment, cybersecurity, and environmental considerations. The document specifies how offerors should represent their business types, such as small business concerns, women-owned businesses, or veteran-owned businesses, and informs them of their responsibilities regarding federal compliance, including tax status and labor regulations. Furthermore, it addresses standards for safeguarding covered defense information and provides guidance on prohibited dealings with certain foreign regimes. The intent of these guidelines is to ensure transparency, security, and compliance with U.S. laws in federal contracting, which is critical to maintaining the integrity of public procurement processes. This comprehensive framework helps government agencies evaluate potential contractors, assuring integrity and adherence to legal standards in engagements with federal and state contracts.
    The 502 Logistics Readiness Squadron seeks to upgrade its carwash facility at JBSA-Lackland in San Antonio, Texas. The project involves disconnecting the existing automatic car wash equipment in the north bay while ensuring the manual wash functionality in the south bay remains intact. In its place, a new manual wash system will be installed in the north bay. This system will include a soap brush, a trigger wand with swivels, and a control box with timer switches. The contractor will handle the disconnection and removal of the old equipment, ensuring the electrical and plumbing systems are safely disconnected. They will also provide and install any necessary additional equipment, adhering to industry standards and manufacturer recommendations. The project emphasizes safety, daily debris removal, and compliance with federal, state, and local regulations. Contractors will have access to the site seven days a week, although work during weekends and holidays is discouraged unless necessary.
    The document outlines a federal Request for Proposal (RFP) for a project at the Joint Base San Antonio (JBSA)-Lackland carwash facility. The primary objective is to disconnect existing automatic carwash equipment in the north bay and replace it with a manual wash system that features a soap brush and spray wand. Key tasks include the safe disconnection of electrical and plumbing systems to facilitate the removal of obsolete equipment and the installation of manual washing capabilities, complete with a timer-based control system. The contractor is responsible for providing all necessary materials and adhering to safety regulations and industry standards throughout the project's execution. The work must minimize disruption and maintain hygiene on-site, with all waste disposed of appropriately. The initiative demonstrates the government's commitment to updating facility functionality while ensuring compliance with relevant guidelines. The proposed modifications aim to enhance operational efficiency by enabling a self-service car wash option tailored to meet commercial standards.
    The file FA301624Q5216 appears to be related to a car wash service procurement process. It seeks to acquire professional car wash services for a substantial fleet of vehicles, indicating a significant operational requirement. The consistent use of this code throughout the files suggests a structured and organized approach, likely indicating a government or institutional tender process. The nature of the photos included implies that the focus is on evaluating vendors' capabilities and past performance, with visual evidence playing a crucial role in the decision-making process.
    The document FA301624Q5216, specifically Amend 001, pertains to a federal Request for Proposal (RFP) related to the provision of car wash photos. Although the file primarily consists of repeated references to this amendment without expanding on details, it indicates the potential for a formal solicitation process. The context suggests that this RFP could involve a service or deliverable tied to government vehicle maintenance or related operations that require photographic documentation. The repeated mention of the amendment emphasizes its importance, potentially reflecting updates or clarifications to the original RFP. Overall, the purpose centers on acquiring specific photographic services as part of federal operations, signifying logistical needs within government contracts.
    The document appears to involve a mixture of detailed notes or draft versions that encompass aspects of government RFPs and grants, focusing on various federal and state/local initiatives. The main topic revolves around the procedural aspects and requirements associated with executing extensive projects funded by federal and state grants. Key ideas include the importance of adhering to regulatory standards, ensuring compliance with safety and environmental guidelines, and coordinating efforts across multiple stakeholders involved in these projects. Supported by procedural frameworks and guidelines, the document illustrates plans for resource allocation, project management, and risk assessment associated with the grants. The overall purpose underscores the necessity of meticulous planning and execution in government-related funding proposals to enhance community infrastructure and services while prioritizing public safety and environmental health. Additionally, it highlights collaboration between federal, state, and local entities to effectively address community needs through structured grant applications and the implementation of approved projects.
    The document outlines responses to inquiries regarding a request for proposal (RFP) for a car wash system at Joint Base San Antonio (JBSA). Key points include confirmation that JBSA will provide a forklift for removing the existing autowash and clarifications about current operational systems, such as the presence of a functioning wand/brush system in another bay. The RFP specifies that the new car wash system should feature a push-button timer rather than coin acceptance. Additionally, it confirms that no spot-free filtration, water softeners, or hot water is required as these are already installed. The required functions for the new system include rinsing, soap application, polishing/waxing, and foam brushing, although presoak functionality is not needed. The responses indicate that the necessary power supply is available on-site, streamlining the project's implementation process. This document reflects the collaborative efforts in meeting operational needs while ensuring compliance with specified technical requirements for government procurement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F-16 Weapon Parts Cleaner
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide a specialized Parts Washer/Sonic Cleaner for the maintenance of F-16 weapon systems at Fort Cavazos, Texas. The procurement aims to enhance the cleaning process for internal parts of the MAU-12 bomb rack, Triple Ejector Rack (TER), and 20mm gun, with a focus on reducing labor hours and increasing operational efficiency through advanced cleaning technology. The contractor must deliver a dual-tank cleaning system with ultrasonic capabilities within 90 days of contract award, ensuring compliance with military cleaning standards and security protocols. Interested parties should contact Capt Derek Guedes at derek.guedes.3@us.af.mil or 210-612-0153 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Pressure Washer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of six CoilPro CC-140 pressure washers for use at Malmstrom Air Force Base in Montana. This requirement is set aside for small businesses under the NAICS code 333248, which encompasses all other industrial machinery manufacturing, and aims to enhance operational efficiency through specialized cleaning equipment. Interested vendors must submit their written quotes by 2:00 PM MT on September 19, 2024, with inquiries due by September 16, 2024; for further information, potential bidders can contact Marquis Patton at marquis.patton.1@us.af.mil or Joshua D. Crist at joshua.crist.1@us.af.mil.
    Pressure Power Washer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of seven electric hot water pressure washers, as outlined in the amendment to solicitation FA812524Q0090-01. These pressure washers must meet specific performance standards, including a minimum water output, a pressure of at least 2900 psi, and a temperature of no less than 135 degrees Fahrenheit, along with various safety and operational features to enhance efficiency within the 76th AMXG/569th unit. The acquisition is crucial for maintaining high operational standards and ensuring effective performance in their functions. Proposals are due by September 25, 2024, and interested vendors should contact Jacqueline Henn at Jacqueline.Henn@us.af.mil for further information.
    Pressure Power Washer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the acquisition of electric hot water pressure washers, aimed at supporting military equipment maintenance and operational readiness at Tinker Air Force Base, Oklahoma. The procurement requires seven units that meet specific technical specifications, including a minimum water output of X gallons per minute at 2900 psi, operational temperatures of at least 135 degrees Fahrenheit, and various safety features and accessories. This initiative underscores the federal government's commitment to inclusivity in contracting, as it is set aside for small businesses, including Women-Owned Small Businesses (WOSB). Interested vendors must submit their quotes and any inquiries in writing by the specified deadlines, with further details available from the primary contact, Jacqueline Henn, at Jacqueline.Henn@us.af.mil.
    Building 2008 Furniture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of modular furniture and related services for Building 2008 at Joint Base San Antonio (JBSA) Lackland, Texas. The project involves providing new furniture, removing existing furniture, and managing the design, delivery, and installation of the new furnishings, with a completion timeframe of 90 days post-order. This initiative is crucial for modernizing the workspace in accordance with federal guidelines and enhancing operational efficiency within the facility. Interested small businesses must submit their quotes by September 20, 2024, following a mandatory site visit on September 10, 2024, and can direct inquiries to Richard Jensen at richard.jensen.5@us.af.mil or Jaison Saavedra at jaison.saavedra@us.af.mil.
    Front-Load Aqueous Part Washer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Iowa National Guard, is soliciting quotes for a front-load aqueous part washer along with associated services, including detergent, installation, and on-site training. The procurement aims to enhance operational efficiency within military maintenance facilities by acquiring equipment that meets specific salient characteristics, such as a rugged design and compliance with federal safety regulations. Interested contractors must submit their quotes electronically by 10:00 AM Central Time on September 19, 2024, ensuring compliance with the outlined specifications and including necessary documentation. For inquiries, potential bidders can contact Daniel Collins at daniel.w.collins.civ@army.mil or Megan Kaszinski at megan.r.kaszinski.civ@army.mil.
    Parts Washer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Parts Washer under a combined synopsis/solicitation notice. This procurement aims to acquire commercial products or services that align with the requirements outlined in the solicitation, which is designed for small businesses as indicated by the Total Small Business Set-Aside designation. The Parts Washer is essential for maintaining and repairing hand tools, ensuring operational efficiency at Fort McCoy, Wisconsin. Interested vendors can reach out to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com for further details, as proposals are currently being requested with no written solicitation to follow.
    Amendment 00001 - Pressure Washing Services - Maxwell AFB AL
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, Alabama, is seeking quotations for pressure washing services for three specific buildings at the base. The objective of this procurement is to enhance the appearance of the LeMay Center following recent upgrades, including HVAC repairs and carpet replacements, by ensuring the exterior walls and sidewalks are properly cleaned. This opportunity is a total small business set-aside under NAICS Code 561790, with a contract period of performance lasting 60 days post-award. Interested contractors must submit their quotes by September 23, 2024, at noon CST, and are encouraged to attend a site visit scheduled for September 16, 2024. For further inquiries, potential offerors can contact SrA Chase Flowers at chase.flowers@us.af.mil or Kimberly A. Knott at kimberly.knott.1@us.af.mil.
    DEMOLITION/RELOCATION/INSTALLTION SERVICES T1 Sun Shelters JBSA Randolph
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for demolition, relocation, and installation services for T-1 Sun Shelters at Joint Base San Antonio (JBSA) Randolph in Texas. The contractor will be responsible for transporting three rows of aircraft shelters to designated footings and dismantling two additional rows, which will become the contractor's property upon removal. This procurement is 100% set aside for Women-Owned Small Businesses, emphasizing the government's commitment to supporting diverse contractors in federal projects. Interested parties must submit their quotes by September 20, 2024, and are encouraged to attend a mandatory site visit on September 12, 2024; for further inquiries, they can contact Emily Deck Sanders at emily.decksanders@us.af.mil or Ericka L. McGlone at ericka.mcglone@us.af.mil.
    PARTS WASHER LEASING WITH SOLVENT RECYCLING
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking qualified contractors to lease parts washer machines and provide solvent recycling services at the Tobyhanna Army Depot in Pennsylvania. The procurement involves leasing 17 parts washer machines, supplying cleaning solutions, and ensuring proper installation and maintenance over a contract period of one base year with four optional years. These services are critical for maintaining operational efficiency and safety standards in equipment maintenance, as they involve regular cleaning and compliance with environmental regulations. Interested contractors must submit their quotations electronically by September 25, 2024, and ensure compliance with Federal Acquisition Regulation (FAR) requirements. For further inquiries, contact Michele Dooley at michele.a.dooley.civ@army.mil or Michael J Clark at michael.j.clark238.civ@army.mil.