SOLICITATION NOTICE
M -- Cannon AFB - Melrose Air Force Support Contract
- Notice Date
- 2/4/2025 7:33:22 AM
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- FA4855 27 SOCONS LGC CANNON AFB NM 88103-5321 USA
- ZIP Code
- 88103-5321
- Solicitation Number
- FA485525R0001
- Response Due
- 2/14/2025 4:00:00 PM
- Archive Date
- 02/28/2025
- Point of Contact
- Patricia Thatcher, Phone: 5757842880, Michael Boyd
- E-Mail Address
-
patricia.thatcher@us.af.mil, michael.boyd.9@us.af.mil
(patricia.thatcher@us.af.mil, michael.boyd.9@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- **UPDATE 4 Feb 2025** Magnitude of this requirement is estimated to be between $100,000,000 and $250,000,000. This Presolicitation Synopsis is in reference to Sources Sought FA485525KBMAFR. The 27th Special Operations Contracting Squadron at 110 E. Alison Ave, Cannon AFB, NM, 88103 intends to solicit for Melrose Air Force Range (MAFR) Operations, Maintenance and Support (OM&S) Services. The Government anticipates one contract to be awarded as a Total Small Business Set-Aside IAW FAR 19.5. The Government anticipates utilizing North American Industry Classification System (NAICS) code 561210, Facility Support Services. The formal Request for Proposal will be issued under Solicitation Number FA485525R0001 and is anticipated on or about 21 February 2025. PERIOD OF PERFORMANCE: Period of Performance is contemplated to consist of an initial five (5) year Base Period followed by up to five (5) one (1) -year Incentive Option Periods. BRIEF DESCRIPTION OF SERVICES: MAFR is a Primary Training Range (PTR) accommodating multiple types of air-to-surface, surface-to-air, and ground training. MAFR consists of 70,010 acres and contains target arrays, Military Operations in Urban Terrain (MOUT) sites, landing zones, dudded and inert impact areas, threat simulators, weapons scoring systems, and provides Service Class A and C range capabilities. MAFR supports all DoD and non-interfering civilian agency training requirements. The Contractor shall provide a fully functional PTR to meet war-fighter training and readiness requirements. The Contractor shall provide personnel, training, supervision, and administrative support to perform nine regimes of support encompassing facility maintenance, aerial gunnery and bombing ranges, ground training ranges, MOUT sites, electronic/technology, scheduling, wildland fire, paramedic, and Situational Force (SITFOR). These regimes include all OM&S for MAFR. MAFR consists of Electronic Warfare Range (EWR), air and ground ranges, ground training facilities, and administrative facilities. MAFR provides a wide of range operations and training capabilities offered to users within the Air Force. In addition, the Contractor is responsible for supporting operation and maintenance of all range equipment including vehicles and heavy equipment used to support the operations of MAFR. Anticipated line items are as follows: Air and Ground Operations Support, Electronic Warfare and Electronic Systems Support, Wildland Fire Management Support, Scheduling Support, Additional Operating Hours, Paramedic Support, SITFOR and Additional Task Support. CLEARANCE REQUIREMENTS: Overarching security requirements and Contractor access to classified information shall be as specified in the basic DD Form 254, Contract Security Classification, as required. The Contractor shall complete a DD Form 254 and ensure all Contractor electronic technician, program manager, and deputy program manager obtain and maintain a SECRET security clearance for the duration of the contract period of performance. All Contractor personnel with access to unclassified information systems, including e-mail, shall have at a minimum a favorable National Agency Check (NAC). All employees shall have a U.S. Air Force unclassified email account. PLACE OF PERFORMANCE: Cannon Air Force Base (CAFB), New Mexico and Melrose Air Force Range (MAFR), New Mexico. ADDITIONAL NOTES: In order to be awarded a contract by this office, an offeror must be registered in the System for Award Management (SAM). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY � BETA.SAM.GOV - FREQUENTLY FOR ANY CHANGES TO THE SYNOPSIS. SAM IS THE OFFICIAL LOCATION FOR THE SUBJECT PRESOLICITATION AND SOLICITATION. The Government is not responsible for the content of any postings on third-party websites that link to the subject Presolicitation and Solicitation. Point of contacts are Ms. Patricia Thatcher, Contract Specialist, at patricia.thatcher@us.af.mil AND Capt. Michael Boyd, Contracting Specialist, at michael.boyd.9@us.af.mil. PLEASE NOTE: All attached documents are DRAFT versions subject to change. All references to accompanying attachments are cited as ""Attachment XX, ..."". Actual attachment numbers and corresponding references will be updated prior to issuance of the RFP at the latest. Draft Performance Work Statement and Pricing Workbook are anticipated to be added within 7 business days. Interested vendors are encouraged to review and submit any questions or comments to the above POCs.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2904f36775ee45499ae4606cfa52981b/view)
- Place of Performance
- Address: Cannon AFB, NM 88103, USA
- Zip Code: 88103
- Country: USA
- Zip Code: 88103
- Record
- SN07331869-F 20250206/250204230030 (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 |