ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Storage Aid System at Grissom ARB, IN, Building 209

DEPT OF DEFENSE FA860425RB032
Response Deadline
Sep 8, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Department of the Air Force, is soliciting proposals for a Storage Aid System at Grissom Air Reserve Base, Indiana, specifically for Building 209. This procurement involves the design, manufacturing, delivery, installation, and testing of a comprehensive mechanized materials handling system, which includes various equipment such as pallet racks, order pickers, and plastic storage bins, aimed at enhancing the efficiency and safety of Air Force supply chain operations. The project is a total small business set-aside, with proposals due by 4:00 PM EST on September 8, 2025, and inquiries accepted until August 28, 2025. Interested contractors should contact Lt. Owen Manning or Andrew Peterson for further details and ensure they are registered in SAM prior to submission.

Classification Codes

NAICS Code
333922
Conveyor and Conveying Equipment Manufacturing
PSC Code
3990
MISCELLANEOUS MATERIALS HANDLING EQUIPMENT

Solicitation Documents

18 Files
Solicitation - FA860425RB032.pdf
PDF2306 KB9/3/2025
AI Summary
This government solicitation, FA860425RB032, is an RFP for a Non-ACAT, Mechanized Materials Handling System, Storage Aid System for Building 209 at Grissom Air Reserve Base, Indiana. The project, designated CSN: VGR301, involves comprehensive services including system design, manufacturing, delivery, installation, and testing of various storage and handling equipment. Key items include pallet racks, cantilever racks, bin shelving, rider reach systems, orderpickers, stack racks, pallet jacks, spill containment pallets, ESD workstations, rolling ladders, packing tables, mobile carts, mobile workstations, tri-wall containers, plastic storage bins, column protectors, forklift guard barriers, and bollards. The contractor is also responsible for removing existing equipment, conducting quality conformance tests, and performing a final reliability test. All items require documentation and manuals. Deliveries are staggered, with system design due in 60 calendar days and most manufactured items within 240 calendar days from the award date, with some tasks extending to 300 days. All inspections and acceptances occur at the destination, Grissom ARB. Payment requests will be processed through the Wide Area WorkFlow (WAWF) system as fixed-price line items (Combo document type). The solicitation also includes a clause (FAR 52.204-24) regarding prohibitions on certain telecommunications and video surveillance services or equipment.
Appendix E- Orderpicker.pdf
PDF234 KB9/3/2025
AI Summary
This Appendix E details the requirements for an orderpicker truck at Grissom ARB, Building 209, Indiana, to be installed by May 16, 2025. The scope covers performance, design, fabrication, installation, and testing, aligning with the Cover Purchase Description and Air Force Drawing VGR301-01. The orderpicker must have a minimum 3,000-pound capacity, a 24V lead-acid battery for eight hours of operation, and a 144-inch lift height. Key features include wire guidance, automatic end-of-aisle slowdown, and comprehensive safety measures like overload protection, a dead man brake, and a full-body safety harness. The document also specifies charging requirements in accordance with NFPA 70 and NEMA IB 6-83, and mandates training per ANSI B56.1 standards. Quality assurance involves inspections and tests to verify compliance, including load stability, braking, and safety feature functionality.
Appendix F- Support Equipment .pdf
PDF152 KB9/3/2025
AI Summary
This document, Appendix F of CSN VGR301, details the requirements for support equipment installation at Grissom ARB, Building 209, Indiana, dated May 16, 2025. Prepared by James Rowland and Josh Payne, the appendix outlines minimum performance, design, fabrication, installation, and testing standards. It covers a turn-key storage aid system including specific quantities and dimensions for various items: 300 stack racks (200x 48”W x 48”D x 48”H, 100x 48”W x 48”D x 36”H), 10 manual pallet jacks, 6 spill containment pallets, 1 ESD workstation, 3 rolling ladders, 2 packing tables, 1 jumbo packing table, 1 mobile cart, 2 mobile workstations, 20 tri-wall containers, 19,300 plastic storage bins in three sizes (14,000x 11”L x 4”W x 4”H, 1,800x 15”L x 8”W x 7”H, 3,500x 18”L x 11”W x 10”H), 20 column protectors, forklift guard barriers, and bollards. All items must meet specified load capacities and dimensions. The document also includes quality assurance provisions with inspection and testing protocols to ensure all delivered and installed equipment conforms to the requirements outlined in this appendix and the Cover Purchase Description.
Appendix G- Removal of Existing Equipment.pdf
PDF2215 KB9/3/2025
AI Summary
This document, Appendix G, details the requirements for the removal of existing equipment at Grissom Air Reserve Base, Building 209, dated May 16, 2025. Prepared by James Rowland and Josh Payne, the appendix outlines the demolition and disposal of a 45' x 92' rack-supported mezzanine with 454 bin shelf units, a 6' x 6' Vertical Reciprocating Conveyor (VRC), and the disassembly and palletization of 113 pallet rack bays for future use by Grissom ARB. The scope includes grinding down any remaining floor bolts to level and filling holes with epoxy/resin. All work must comply with this appendix, the Cover Purchase Description (PD), and Air Force Drawing VGR301-02. Quality assurance provisions require inspections and tests to verify the complete and proper removal of all specified equipment and the treatment of anchor bolt locations.
VGR301-01.pdf
PDF45 KB9/3/2025
AI Summary
No AI summary available for this file.
VGR301-02.pdf
PDF23 KB9/3/2025
AI Summary
No AI summary available for this file.
VGR301- Contractor Information.pdf
PDF82 KB9/3/2025
AI Summary
The document VGR301-Contractor Information outlines the resources and limitations for contractors working at Grissom AFB, IN, USA. Contractors will operate during normal business hours (8:00 to 16:30, Monday-Friday) and are not permitted to work on holidays without prior approval. While office and classroom spaces are unavailable, staging space is provided in Bldg 209, offering 1,000 square feet under roof with a 14-foot clear height and secured access. Restrooms are available in the same building. Electrical outlets (120V, 60Hz) and water are accessible. However, government forklifts, tools, and equipment are not available, and government personnel will not assist with loading or unloading. Contractors must minimize interference with normal Air Force operations due to joint occupancy. A site visit can be arranged by contacting Andrew Brehm at 765-688-4389.
Combo Synopsis-Solicitation (Grissom MMHS).pdf
PDF230 KB9/3/2025
AI Summary
The AFLCMC/PZI Installation Contracting Support at Wright Patterson AFB, OH, has issued Request for Quote (RFQ) FA8604-25-R-B032 for a Storage Aid System at Grissom Air Reserve Base, Indiana (Building 209). This 100% small business set-aside acquisition, with NAICS CODE 333922, requires the contractor to perform, design, fabricate, install, and test the system within 270 days of award. Proposals are due by 4:00 PM EST on September 8, 2025, and must be submitted via DoDSafe. Questions will be accepted until 2:00 PM EST on August 28, 2025. Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) criteria. Offerors must be registered in SAM prior to award. Key contacts are 1st Lt Owen C. Manning and Andrew Peterson. All solicitation specifications and drawings are available on SAM.gov.
Cover Purchase Description.pdf
PDF238 KB9/3/2025
AI Summary
This document, a Purchase Description (PD), outlines the minimum requirements for a Storage Aid System at Grissom ARB, Indiana, Building 209. It covers design, fabrication, installation, operation, and testing, adhering to Air Force and OSHA standards. The system includes various components like pallet racks, shelving, and material handling equipment. Key requirements address noise levels, electrical characteristics, environmental protection, and mechanical damage prevention. The system must have a 30-year service life for static and 15 years for moving parts, operate within 0-120°F, and use standard commercial components. Safety, protective coatings, welding, cutting, and material specifications are detailed, with an emphasis on ODS avoidance. Documentation, including management reports, shop drawings, equipment manuals, and as-built drawings, is mandatory. Contractor personnel must provide system operator and maintenance orientation. Quality assurance provisions, including system checkout, quality conformance, and reliability demonstration tests, are critical for government acceptance. A one-year warranty against defects is required.
Technical Proposal Questionnaire.pdf
PDF139 KB9/3/2025
AI Summary
The "Technical Proposal Questionnaire for Storage Aid System (SAS) at Grissom ARB, IN" is a comprehensive document for potential offerors to detail their proposed equipment and understanding of requirements. The questionnaire covers various storage and material handling components across several appendices, including pallet racks (Type "P" and "H"), cantilever racks, bin shelving, rider reaches, wire-guided orderpickers, stack racks, pallet jacks, spill containment pallets, ESD workstations, rolling ladders, packing tables, mobile carts, tri-wall containers, plastic storage bins, and protective equipment like column protectors, forklift guards, and bollards. It also addresses the removal of existing rack-supported mezzanines and VRCs, and the disassembly and palletization of pallet racking for future use. Offerors must provide product literature, cut sheets, and specify dimensions, capacities, model numbers, and safety features for all items. The document concludes with sections for reporting any exceptions to the purchase description and suggesting recommendations or design alternatives, ensuring a thorough evaluation of proposals for the Storage Aid System.
Appendix A- Pallet Rack.pdf
PDF161 KB9/3/2025
AI Summary
Appendix A outlines the comprehensive requirements for the installation of pallet racks at Grissom ARB, Building 209, dated May 16, 2025. This document specifies the minimum performance, design, fabrication, installation, and testing standards for the pallet rack system, ensuring compliance with the Cover Purchase Description (PD) and Air Force (AF) Drawing VGR301-01. Key requirements include R-Mark® certification for the manufacturer of the pallet rack and decking, specific configurations for uprights, seismic plates, shelf beams, row spacers, leveling shims, and decking. The system must be straight, square, and include row markers for identification. Quality assurance provisions mandate inspections and tests, such as maximum load deformation and shelf-to-column safety lock tests, to verify adherence to all stipulated standards. This appendix covers all necessary equipment, materials, and labor for the complete installation.
Appendix B- Cantilever Rack.pdf
PDF162 KB9/3/2025
AI Summary
Appendix B of the Grissom Air Reserve Base document outlines the requirements for the design, fabrication, installation, and testing of cantilever racks at Building 209. The project, overseen by Project Engineer James Rowland and Reviewer Josh Payne, requires the cantilever rack and decking manufacturer to be R-Mark® certified. Detailed specifications include upright, base, bracing, arm, connector, and decking requirements, ensuring structural integrity and safety. The document also specifies anchoring procedures to prevent tipping, assembly standards for straight and square construction, and the installation of row markers. Quality assurance provisions mandate inspections and tests, including load tests to verify the system's capacity and detect deformation. Adherence to Air Force Drawing VGR301-01 and industry standards such as RMI/ANSI MH16.1 and MH26.2 is crucial for all aspects of the installation.
Appendix C- Bin shelving.pdf
PDF158 KB9/3/2025
AI Summary
This Appendix C details the requirements for installing bin shelving at Grissom ARB, Building 209, specifically for storing hand-liftable items. The document outlines comprehensive specifications for design, fabrication, installation, and testing, adhering to the Cover Purchase Description (PD) and AF Drawing VGR301-01. Key requirements include specific shelf and supporting post dimensions and capacities, adjustable components, and the inclusion of back and side panels, base strips, and footplates secured to the floor. The shelving must be a rigid, freestanding structure, assembled according to manufacturer instructions, and maintain precise alignment under full load. Additional features include row markers with card holders and a COTR-specified color. Quality assurance involves inspections and a deformation test under maximum load to ensure compliance with all performance and design parameters.
Addendums.pdf
PDF537 KB9/3/2025
AI Summary
This document outlines an addendum to the FAR 52.212-01 and 52.212-02 clauses for RFP FA8604-25-R-B032, detailing instructions for offerors and evaluation procedures for a Lowest Price Technically Acceptable (LPTA) source selection. Offerors must submit one electronic cost proposal and two technical proposals (one sanitized, one unsanitized) via the PIEE Solicitation application by 4:00 p.m. EDT. Only one proposal per offeror is accepted, and all inquiries must be in writing via email. The Government intends to award without interchanges, emphasizing that initial offers should contain best terms. Proposals will be evaluated on technical acceptability (rated Acceptable/Unacceptable across subfactors like Technical Proposal Questionnaires, Commercial Literature/Cut Sheets, and Proposed Schedule) and price. The two lowest-priced, responsive proposals are initially evaluated for technical acceptability, and if neither is acceptable, the next lowest is considered. Once technically acceptable, the proposal is evaluated for balanced and reasonable pricing. Unbalanced pricing can lead to rejection. The first proposal deemed technically acceptable with balanced pricing will receive the award. The Contracting Officer has discretion to cancel the solicitation if no offers are technically acceptable.
RFI log_FA8604-25-R-B032_Grissom ARB .xlsx
Excel11 KB9/3/2025
AI Summary
The document addresses questions and answers regarding equipment specifications for government procurement, likely for warehouse or storage facilities. Key topics include the "Rider Reach unit," "Order Picker unit," and "Bin Shelving." For the Rider Reach unit, alternatives to caster brakes that ensure stability are acceptable, and an onboard 240V charger is not required but must be compatible with a 240-volt source. The lift limit switch for both Rider Reach and Order Picker units is settable onsite to interface with racking and avoid ceiling obstacles. For the Order Picker unit, no specific line driver frequency for wire guidance is required if performance specifications are met. Bin shelving spacing should be maintained where possible, adjusted during installation if necessary to interface with plastic storage bins, and provided shelves not installed as a last resort. The total count of shelves and bins must match specifications. This file clarifies technical requirements and offers flexibility for equipment installation and configuration within a government RFP context.
Appendix D- Rider Reach.pdf
PDF194 KB9/3/2025
AI Summary
This Appendix D outlines the minimum requirements for a rider reach truck system at Grissom Air Reserve Base, Building 209, dated May 16, 2025. Prepared by James Rowland and Josh Payne, the document details the scope, applicable documents, and technical specifications for one required rider reach truck, with options for two more. Key characteristics include a 3,000-pound capacity, 24V power, 8-hour operation, 144-inch lift height, and various safety features like flashing lights and overload protection. The document also specifies braking, operational capabilities, charging requirements, and training. Quality assurance provisions mandate inspections and a series of tests to verify compliance with all stated requirements, ensuring functionality and safety for the system.
VGR301- Appendix F- Support Equipment (REV1).pdf
PDF154 KB9/3/2025
AI Summary
Appendix F outlines the minimum requirements for support equipment at Grissom ARB, Building 209, as part of a turn-key storage aid system. The document details specific characteristics and quantities for various equipment, including 300 stack racks, 10 manual pallet jacks, 6 spill containment pallets, 1 ESD workstation, 3 rolling ladders, 2 packing tables, 1 jumbo packing table, 1 mobile cart, 2 mobile workstations, 20 tri-wall containers, and over 19,000 plastic storage bins in three sizes. Additionally, it specifies 20 column protectors, forklift guard barriers, and bollards for installation. All equipment and installations must comply with this appendix, the Cover Purchase Description, and AF Drawing VGR301-01. Quality assurance provisions require inspections and tests to verify that all delivered and installed items meet the specified requirements.
Grissom MMHS RFI Response Log.xlsx
Excel14 KB9/3/2025
AI Summary
This government file addresses questions and answers related to an RFP concerning warehouse equipment and facility modifications, primarily for Grissom Air Reserve Base. Key topics include Rider Reach and Order Picker units, bin shelving, stack racks, and an embedded rail system. The document clarifies requirements for lift limit switches, caster brakes, and onboard chargers for equipment. It specifies that the removal of the entire mezzanine system, including electrical and sprinkler systems, is part of the Statement of Work (SOW). Base personnel are responsible for relocating stored materials. The RFP also includes details on plastic storage bins, their placement, and updated information in Appendix F. It further provides CAD drawings, acceptable solutions for wire guidance system chargers, and contact information for Grissom's fire suppression contractors.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 7, 2025
amendedAmendment #1Aug 11, 2025
amendedAmendment #2Aug 27, 2025
amendedLatest AmendmentSep 3, 2025
deadlineResponse DeadlineSep 8, 2025
expiryArchive DateSep 23, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA8601 AFLCMC PZIO

Point of Contact

Name
Lt Owen Manning

Place of Performance

Grissom ARB, Indiana, UNITED STATES

Official Sources