SOLICITATION NOTICE
R -- M&FRC Receptionist - McConnell AFB
- Notice Date
- 1/28/2025 5:21:48 AM
- Notice Type
- Presolicitation
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- FA4621 22 CONS PK MCCONNELL AFB KS 67221-3702 USA
- ZIP Code
- 67221-3702
- Solicitation Number
- FA462125Q0007
- Response Due
- 1/31/2025 10:00:00 AM
- Archive Date
- 02/15/2025
- Point of Contact
- Lindsay Manning, Phone: 3167595659, SrA Jared Castleman, Phone: 3167594512
- E-Mail Address
-
lindsay.manning.1@us.af.mil, jared.castleman@us.af.mil
(lindsay.manning.1@us.af.mil, jared.castleman@us.af.mil)
- Small Business Set-Aside
- WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- The 22d Contracting Squadron (CONS) of the 22d Air Refueling Wing announces the projected solicitation for the M&FRC Receptionist service requirement on McConnell AFB, Kansas 67221. Anticipated workload consists of providing front desk reception support, information and referral services for the McConnell AFB Military & Family Readiness Center (M&FRC). This service requires knowledge of military family support programming and extensive knowledge, skills, and abilities. North American Industrial Classification System (NAICS): 561110. Small Business Size Standard: $12,500,000.00. The Government contemplates issuing a 100% set-aside for Woman Owned Small Business (WOSB) concerns Request for Quote (RFQ) with Price-Performance Trade-Off (PPTO) evaluation factors. The RFQ shall solicit for the award to a single WOSB entity, a Fixed Price- Economic Price Adjustment (FF-EPA), Requirements Type contract on or about 31 January 2025. Services shall be procured pursuant to the regulatory direction of FAR Part 12, Acquisition of Commercial Items. The expected award shall consist of one base period of performance (1 year, 15 April 25 through 14 April 26) and may include up to four optional periods of performance (each 1 year in duration, following the Federal Fiscal Year Calendar and running consecutively from the expiration of the base period of performance). There is no guarantee that any optional periods of performance may be exercised. The closing date and time for submission of offers shall be contained in the solicitation package. The entire solicitation package, including the Standard Form 1449 and continuation pages, the Performance Work Statement, and the Department of Labor Wage Determination, shall be made available only on SAM.gov. Requests for copies of the solicitation package, or any cumulative parts thereof, by any other means shall not be honored. Potential offerors are responsible for monitoring SAM.gov website for the release of the solicitation package, which should be on or about 31 January 2025, for downloading their own copy of the solicitation package and for downloading their own copy of each associative amendment, if any. All firms wishing to submit a quotation subsequent to the solicitation described herein MUST be registered in the SAM.gov database. NOTICES: Any data submitted in response to this announcement is done so under the pretense of strict volunteerism; the Government shall not pay for any information submitted in response to this request. Submititions with restrictive markings shall be handled in accordance with the restrictions thereto. The solicitation subsequent to this announcement may be cancelled and all offers rejected before award but after solicitation closing date when cancellation is clearly in the public�s interest. This announcement does not obligate the Government to award a contract, nor does it obligate the Government to pay for any quotations preparation costs. Per DAFFARS 5352.201-9101: An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee- employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/FLDCOM/DRU/DAFRCO ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/ FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/62e9b29d83d349c182b1ba663f0a2ea4/view)
- Place of Performance
- Address: McConnell AFB, KS 67221, USA
- Zip Code: 67221
- Country: USA
- Zip Code: 67221
- Record
- SN07325037-F 20250130/250128230104 (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 |