Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2025 SAM #8691
MODIFICATION

R -- Artifact Relocation Missile Move Survey

Notice Date
9/10/2025 10:42:44 AM
 
Notice Type
Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
FA4600 55 CONS PKP OFFUTT AFB NE 68113 USA
 
ZIP Code
68113
 
Solicitation Number
FA460025Q0092
 
Response Due
9/25/2025 8:00:00 AM
 
Archive Date
10/10/2025
 
Point of Contact
TSgt Jennifer Prestridge, Phone: 402-294-6393, Casey Hupton, Phone: 4022321475
 
E-Mail Address
jennifer.prestridge.1@us.af.mil, casey.hupton.1@us.af.mil
(jennifer.prestridge.1@us.af.mil, casey.hupton.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Contractor shall support the Government in achieving all project tasks and subtasks based on the overview and description of work area listed in Section 1.6.1, 1.6.2, and 1.6.3. Details of the Contractor support required for each task are broken down into subtasks as described below, divided into distinct locations of the work. 1.6.1 Static Displays B500/B1000 1.6.1.1 Investigate/evaluate the missiles at their current location to provide a study. Study to provide the following information: Total estimated weight of each Missile. What is the height of concrete fill inside each Missile and estimated weight. Is the concrete used for structural purposes or ballast only? What is the condition of exterior and internal structure for the 1st, 2nd and 3rd stages of the Missiles? What is the internal structure made of? How are structural steel supports fastened internally? How are each stage of the Missiles connected? Are there internal components of each stage remaining or removed? Is the exterior skin of the Missiles original or have they been replaced or covered? What are the required repairs for the safe removal, transport, reinstall and refurbishment of each Missile. 1.6.1.2 Deconstruction of the missiles for the purposes of evaluation and investigation shall only be to the minimum extent required for the evaluation. Structural integrity of the missiles shall be confirmed to allow for the safe moving of the missiles and/or repairs required. 1.6.1.3 Any areas damaged during the evaluation and investigation shall be repaired. 1.6.1.4 Prepare and submit a plan that details in sequence the actions to be taken in preparation for removing the missiles, transporting the missiles, installation of the missiles at the new location and refurbishment of the missiles. 1.6.1.4.1 Plan will include details on the connecting of the existing structural missile supports to newly constructed supports that are in place at B1000. Additional concrete/masonry work required will be included in the plan. 1.6.1.4.2 The portion of the plan for refurbishment will comply with the section 09 99 99, Aircraft and Missile Refurbishment. See Attachment 1. The installation of new decals shall be included in the plan. 1.6.1.4.3 The Project 20-0077 design plans will be provided that were used to construct the Missile Deck at B1000. This design shall be used for the plan being produced as it applies to the removal, transportation, reinstallation, and refurbishment of the missiles. 1.6.1.5 Provide for approval 2 options for the site restoration of the B500 Minuteman I location. 1.6.1.5.1 Option 1 will include restoring the existing Minuteman I platform to the same level as the existing brick surface. Lighting would remain in place; the podium would be removed. 1.6.1.5.1 Option 2 will include restoring the existing Minuteman II platform to the same level as the existing stamped concrete. Electrical and podium would be removed. 1.6.1.6 Provide an Option for the site restoration of the Trident II missile location. Remove the stairs, planter and ramp on the South side of the missile. Repair the stairs, handrails, planter, and ramp on the North side of the missile. APPLICABLE LABOR LAWS This solicitation is subject to the Service Contract Labor Standards FAR 52.222-41. SPECIAL INSTRUCTIONS Offerors shall be required to return the attached solicitation, signed, and filled in appropriately, along with any additional information required to be submitted by FAR 52.212-2 Evaluation� Commercial Items Addendum and any additional fill-in provisions. QUESTIONS DUE DATE AND TIME All questions concerning this solicitation shall be sent by 18 September 2025 by 10:00 AM CST. All questions and answers will be available by 25 September 2025 at 02:00PM CST. OFFER DUE DATE AND TIME Monday, 25 September 2025 at 10:00 AM CST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d5ed3149a010410c9c0a7d3372bbfd55/view)
 
Place of Performance
Address: 0, NE 68113, USA
Zip Code: 68113
Country: USA
 
Record
SN07584987-F 20250912/250910230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.