Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2025 SAM #8466
SOLICITATION NOTICE

S -- Fire & Emergency Services (FES) and Personal Protective Equipment (PPE)Care & Maintenance Services - West Region

Notice Date
1/29/2025 6:52:59 AM
 
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
Amendment #2 (29 Jan 2025) corrects formulas identified in the Summary Sheet Tab of Attachment 4 - FES PPE Care and Maintenance Services Pricing Sheet - West Region_Final Rev 1, dtd 22 Jan 2025. Pricing information in the Pricing Sheet Tab was not being populated into row 13 for CLIN 0004 and Row 15 for TEP of the Summary Sheet Tab. Corrections have been made and the Government provides a revision to Attachment 4 for solicitation FA8051-25-Q-0001. Attachment 4 - FES PPE Care and Maintenance Services Pricing Sheet - West Region_Final Rev 2, dtd 28 Jan 2025. Note: Attachment 4 reflects Rev 2, dtd 28 Jan 2025 ******************************************************************************************************************************************** Amendment #1 (23 Jan 2025) is hereby published for this requirement and provides the following Questions and Answers dated 22 Jan 2025 to Solicitation FA805125Q0001 Changes to Attachment 4 - FES PPE Care and Maintenance Services Pricing Sheet - West Region_Final Rev 1 dtd 22 Jan 2025 are as follows: Adjusted estimated annual quantities in column Q of the Pricing Sheet tab under the 6-month Option Period reflected in Attachment 4 - FES PPE Care and Maintenance Services Pricing Sheet - West Region_Final Rev 1 dtd 22 Jan 2025 Updated �contract maximum $XXX� language in the Description section under Column B of the Summary Sheet tab for CLINs 0001, 0002, 0003 and 0004 reflected in Attachment 4 - FES PPE Care and Maintenance Services Pricing Sheet - West Region_Final Rev 1 dtd 22 Jan 2025 to reflect �contract ceiling maximum of $1,000,000.00.� ***************************************************************************************************************************************************** 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/60087392ace94360ae985d7eff7607d2/view)
 
Place of Performance
Address: Tyndall AFB, FL, USA
Country: USA
 
Record
SN07326325-F 20250131/250129230107 (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.