Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2025 SAM #8537
SOLICITATION NOTICE

M -- Cannon AFB - Melrose Air Force Support Contract

Notice Date
4/9/2025 10:02:40 AM
 
Notice Type
Solicitation
 
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
4/18/2025 9:00:00 AM
 
Archive Date
05/03/2025
 
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
Amendment 0006 is now posted. Changes are as follows: 1) Extend RFP deadline from Friday, 11 April to Friday, 18 April. 2) Add additional Q&A period as follows: Questions will be accepted from Wednesday, 9 April through Thursday, 10 April at 1700 MT. RFIs received, and corresponding answers, will be posted to SAM.gov in an updated RFI Log by COB on Friday, 11 April. 3) Price Proposal Workbook / Attachment 07: Various formatting changes. Current version is now V2.3. 4) Staffing Matrix / Attachment 15: Updated to include tasks related to CLIN 0011, Range Safety Inspector / Integrator. Latest revised date is 08 April 2025. 5) See Summary of Changes for additional updates incorporated in this Amendment. ////////// Amendment 0005 is now posted. See Summary of Changes for all updates incorporated into this Amendment. ////////// Amendment 0004 is now posted. Changes are as follows: 1) Price Proposal Workbook / Attachment 07: Corrected formula in CLIN 0002 on Base Year 1 tab. Updated ""Est. Quantity"" to ""Est. Annual Spend"" for CLIN X008, Materials. Changed quantity for same from 1,000 to $10,000.00. $10,000 per year is maximum anticipated materials expenditure. Updated ""Est."" to ""Est. Annual Spend"" for CLIN X009 on all Base and IOP tabs. Updated ""Not Separately Priced"" on same to show $5,000.00 for Contracting Writing System compatibility. $5,000.00 per year is maximum anticipated training travel spend. Added Plumber and Electrician to Summary tab. Other misc. formatting updates. Current version is now V2.1. 2) See Summary of Changes for additional updates incorporated in this Amendment. Amendment 0003 is now posted. Changes are as follows: 1) Upload all timely RFIs. All RFIs have been answered. (SF30 contains obsolete info here, stating that majority of RFIs have been answered and that remainder will be answered via Amendment 0004 NLT COB Friday, 28 March). 2) Performance Work Statement / Attachment 01: Updated per RFIs and corresponding response(s). Updated to V3.8. 3) Exhibit A-001 DD1423 CDRL for Mgmt Plan / Attachment 05: Updated per RFIs and corresponding response(s). 4) Price Proposal Workbook / Attachment 07: Updated per RFIs and corresponding response(s). Updated to V2. Latest revised date is 24 March 2025. 5) Small Business Participation Commitment Document / Attachment 16: Updated per RFIs and corresponding response(s). Latest revised date is 20 March 2025. 6) Past Performance Info Sheet & Questionnaire / Attachment 18: Updated per RFIs and corresponding response(s). Latest revised date is 20 March 2025. 7) FAR 52.212-1 / Attachment 20: Updated per RFIs and corresponding response(s). Latest revised date is 24 March 2025. 8) FAR 52.212-2 / Attachment 21: Updated per RFIs and corresponding response(s). Latest revised date is 24 March 2025. (SF30 does not mention). 9) See Summary of Changes for additional updates incorporated in this Amendment. ////////// A Site Visit was held on 17 March 2025. Sign-In Sheet and Minutes are now posted. Please note that information provided at the Site Visit, as well as the Site Visit Minutes, shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless/until such time as the solicitation is amended in writing. ////////// Amendment 0002 is now posted. Changes are as follows: 1) FAR Provision 52.212-1 / Attachment 20: Section Deadline for technical questions in Section 2.1.2.7 changed to 21 March 2025, in order to match the Site Visit questions deadline in FAR Provision 52.237-1. 2) Performance Work Statement / Attachment 01: Added Sections 3.6.4 through 3.6.6 as Reserved, where there was previously a gap in numbering. Various minor formatting changes not material to the technical aspect of the PWS. 3) See Summary of Changes for additional updates incorporated in this Amendment. ////////// Amendment 0001 is now posted. Changes are as follows: 1) FAR Clause 52.237-1: The Pre-Proposal Site Visit Date has changed from Monday, 10 March 2025 to Friday, 14 March 2025. Site Visit start time is unchanged at 0800 MT. 2) Attachment 01 - MAFR OMS PWS 2025 Reacq V3.6 has been uploaded in place of V3.5. V3.6 contains several minor changes and clarifications. All changes and clarifications are highlighted in yellow. 3) Response Due Date has changed from Monday, 07 April 2025 at 1000 MT, to Friday, 11 April 2025 at 1000 MT. ////////// NOTE: Due to IT issues, the subject RFP was released in the Government contract writing systems on Saturday, 22 February but was unable to be pulled for posting until Tuesday, 25 February. 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 magnitude of this requirement is estimated to be between $100,000,000 and $250,000,000. 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. 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 � SAM.gov - FREQUENTLY FOR ANY CHANGES TO THE SYNOPSIS. SAM.gov 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, Contract Specialist, at michael.boyd.9@us.af.mil. 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/55b3d4c0e9dd453f9752bb3155bd84fa/view)
 
Place of Performance
Address: Cannon AFB, NM 88103, USA
Zip Code: 88103
Country: USA
 
Record
SN07402406-F 20250411/250409230053 (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.