Skip to main content

An official website of the United States government

You have 2 new alerts

Warehouse Support Services

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Original)
  • Original Published Date: Apr 07, 2023 02:33 pm CDT
  • Original Date Offers Due: Apr 28, 2023 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 13, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: R706 - SUPPORT- MANAGEMENT: LOGISTICS SUPPORT
  • NAICS Code:
    • 493110 - General Warehousing and Storage
  • Place of Performance:
    , OK 73179
    USA

Description

The Federal Aviation Administration (FAA) has a requirement for professional services. Federal Aviation Administration Logistic Center (FAALC) has a requirement to acquire services necessary to maintain optimal distribution center operations in support of the FAA National Airspace Systems (NAS).  This award will provide the capability to acquire hours as needed for multiple labor categories related to warehouse support operations, to include but not limited to: inventory, packing and crating, and re-pack operations.

It is anticipated that a stand-alone contract with Time and Material Labor Hour pricing arrangement will be awarded because of this solicitation. The NAICS code applicable to this requirement is 493110. The business size standard for this NAICS is $30.0M.

Contractors must be registered with the System for Award Management (SAM), www.sam.gov, on the date established for receipt of offers. Reference AMS Clause 3.3.1-33, paragraph (d), "if the offeror does not become registered in SAM in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror." The FAA reserves the right to review and verify each offerors program eligibility. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the SIR process. This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals.

Perspective offerors may submit inquiries related to this solicitation in writing.  Please include the solicitation number, and project title with your questions. Written inquiries must be received by this office not later than 5 calendar days prior to the date set for receipt of offers.

Please submit inquiries via email to the following:

Logistic Center Support Section (AAQ-710)

ATTN: Samantha Pearce

Email: Samantha.A.Pearce@faa.gov

Any responses received after the time specified may not be considered in accordance with AMS Provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, incorporated by reference in the solicitation. If all requested information is not furnished, the vendor's response may be determined ineligible.ac

Contact Information

Contracting Office Address

  • AAQ-700, MULTI-PURPOSE BLDG (MPB) 6500 S MACARTHUR BLVD
  • OKLAHOMA CITY , OK 73125
  • USA

Primary Point of Contact

Secondary Point of Contact





History