SOLICITATION NOTICE
S -- Fire & Emergency Services (FES) and Personal Protective Equipment (PPE)Care & Maintenance Services - West Region
- Notice Date
- 12/19/2024 12:38:49 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- FA8051 772 ESS PKD TYNDALL AFB FL 32403-5322 USA
- ZIP Code
- 32403-5322
- Solicitation Number
- FA8051-25-Q-0001
- Response Due
- 1/31/2025 8:00:00 AM
- Archive Date
- 02/15/2025
- Point of Contact
- Randall Jones, Phone: 8502836375, Justin Brown, Phone: 850-283-6570
- E-Mail Address
-
randall.jones.16@us.af.mil, justin.brown.109@us.af.mil
(randall.jones.16@us.af.mil, justin.brown.109@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Air Force Installation Contracting Center (AFICC), 772�d Enterprise Sourcing Squadron (772 ESS/PKD), Tyndall Air Force Base (AFB), Florida, intends to utilize this Request for Quotation (RFQ), under solicitation number FA8051-25-Q-0001, to award one Firm-Fixed Price (FFP), Decentralized, Indefinite Delivery Indefinite Quantity (IDIQ) region-based contract. The Government intends to award one contract to the responsible Offeror whose quotation represents the best value to the Government. The contractor shall provide services required to support the Fire & Emergency Services (F&ES), Personal Protective Equipment (PPE) Care and Maintenance Services - West Region for the United States Air Force (USAF) installations within the Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS) IAW PWS requirements outlined in Attachment 1 - F&ES PPE PWS Care Maint Svcs - West Region 11.27.24. The Offeror must be capable of providing F&ES PPE Services to ALL bases listed in Attachment 2 - F&ES PPE Care & Maint Svcs West Region Coverage and Attachment 3 - USAF Fire Station List 2024 - West Region. Period of Performance (PoP). The performance period for this IDIQ contract is intended to be three years with a six-month extension option (if needed) consisting of the following: One Base Year (1 Apr 2025 � 31 Mar 2026) Two, one-year option year, Option Year 1 (1 Apr 2026 � 31 Mar 2027) Option Year 2 (1 Apr 2027 � 31 Mar 2028) One, six-month extension option (1 Apr 2028 � 30 Sept 2028) Note: Dates are subject to change. All questions regarding the solicitation must be submitted electronically by 16 Jan 2025 at 10:00AM, Central Standard Time (CST) to justin.brown.109@us.af.mil, randall.jones.16@us.af.mil and nikita.chandiramani@us.af.mil. Any questions received after this date and time will not be answered. Offerors should respond to this RFQ via email by 31 Jan 2025, 10:00AM, Central Standard Time (CST). All quotations must be sent to the following: justin.brown.109@us.af.mil, randall.jones.16@us.af.mil and nikita.chandiramani@us.af.mil before the due date and time specified. Any quotation, modification, or revision of a quotation received after the exact time specified for receipt of quotations is �late� and may not be considered. If an offeror encounters a problem submitting their quotation contact Justin Brown at justin.brown.109@us.af.mil, Randall Jones at randall.jones.16@us.af.mil or Nikita Chandiramani at nikita.chandiramani@us.af.mil before the due date and time specified above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f5e5bfcb4336427da3c454fa5d1360da/view)
- Place of Performance
- Address: Tyndall AFB, FL, USA
- Country: USA
- Country: USA
- Record
- SN07297380-F 20241221/241219230112 (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 |