SOLICITATION NOTICE
Z -- 610 Command and Control Squadrons Operations, Maintenance, and Repairs Indefinite Delivery Indefinite Quantity (610 CACs OMR IDIQ)
- Notice Date
- 4/9/2025 1:54:43 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
- ZIP Code
- 85707-3522
- Solicitation Number
- FA487725QA174
- Response Due
- 5/5/2025 4:00:00 PM
- Archive Date
- 04/09/2026
- Point of Contact
- Megan Middleton, Phone: 5202283872
- E-Mail Address
-
megan.middleton.5@us.af.mil
(megan.middleton.5@us.af.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Awardee
- null
- Description
- **Amendment 0002 ? Extension: Answers to Contractor?s Questions and Quote Due Date - Answers to Contractor?s Questions which will include the required NDA for appropriate documents to prepare proper quotes, will now be due on 21 Apr 2025 by 4:00 PM (MST) and quotes are now due on 05 May 2025 by 4:00 PM (MST)** **Amendment 0001 - Attachment 13, Clauses and Provisions has been updated per Executive Order.** This is a solicitation for commercial services prepared in accordance with the acquisition procedures of the Federal Acquisition Regulation (FAR) 13.5 and DoD Source Selection Procedures Utilizing the Highest. This announcement constitutes the only written solicitation as a combined synopsis and solicitation, a written solicitation will not be issued. The Request for Quote (RFQ) number FA487725QA174, 610 Command and Control Squadrons Operations, Maintenance, and Repairs Indefinite Delivery Indefinite Quantity (610 CACs OMR IDIQ) Contract must be used to reference any written quote provided under this RFQ. This RFP incorporates provisions and clauses in effect through the Federal Acquisition Circular 2025-03; published 17 Jan 2025, DFARS Effective 17 Jan 2025, and DAFAC 2024-1016, effective 16 Oct 2024. The associated NAICS Code is 561210 with a small business size standard of $47 million. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov. A lack of a current SAM registration will make an offeror ineligible for award. The expected award type is a firm-fixed priced a single award indefinite-delivery indefinite-quantity (IDIQ) with a five (5) year ordering period. The right to make multiple awards or no award is reserved by the government. This solicitation is a 100% Competitive 8(a) set aside. The 610 CACS requires a contractor to provide cost effective operations, maintenance, repair, and service functions for the Non-Real Property equipment on this site to a standard that prevents deterioration beyond that which results from normal wear and tear, or prevents degradation, of 610 CACS missions using life cycle maintenance practices. The plan and program shall include provisions for control and accountability of all contractor utilized vehicles, equipment, tools and materials, and furnish all labor, supervision, management, tools, materials, equipment, software, facilities, transportation, incidental engineering, and other items necessary to provide the services for the 610 CACS. Broad examples of contractor responsibilities include, but are not limited to, Hardness Maintenance / Hardness Surveillance, Facility Related Control Systems, Heating, Ventilation, and Air Conditioning (HVAC), plumbing, emergency power systems including generators, paralleling switchgear, automatic transfer switches and Uninterruptable Power Supplies, electrical, fire alarm/suppression/mass notification, structural, alarms, roofing maintenance and repair, and work request management. The government will make an award in accordance with Addendum?s 52.212-1, Instructions to Offerors ? Commercial Items and 52.212-2, Evaluation ? Commercial Items attached to this solicitation. The contractor will provide their pricing quote for all CLINs found in the Attachment 6, Total Evaluated Price (TEP) Matrix which also provides refence for entire CLIN structure. Notice to Contractors/Vendors: a. The USAF reserves the right to cancel this RFP, at any time before or after the closing date of the solicitation. In the event that the USAF cancels this RFP, the USAF has no obligation to reimburse a contractor for any costs. b. The USAF requests that all quotes are valid for 180 days from the date of submission. This request must be acknowledged explicitly within all submissions. Quotes must be submitted no later 25 April 2025 by 4:00 PM Mountain Standard Time. Offerors are responsible for verifying the receipt of their quotes to this office before the quote due date and time. The quotes will be submitted via the PIEE Solicitation Module. See section 2.6.3 in Attachment 1, Instructions_Addendum to 52.212-1 attached to this solicitation for further details. Note: .zip files are not acceptable for the Air Force Network and will not go through our email system. A site visit will not be conducted. All questions regarding this RFP must be submitted via email to megan.middleton.5@us.af.mil and jerry.sauder.1@us.af.mil by 04 April 2025 at 4:00 PM Mountain Standard Time. The USAF will not provide contract financing for this acquisition. Upon successful award and satisfactory performance, payment will be submitted via invoice through the Wide Area Workflow website. Key Dates and Time (All Times are Mountain Standard Time)Solicitation Date ? 18 March 2025Questions Due Date ? 04 April 2025 at 4:00 PM Answers Posted ? 21 April 2025 at 4:00 PM Quote Due Date ? 05 May 2025 at 4:00 PM Attachment List: Attachment 1, Instructions_Addendum to 52.212-1 Attachment 2, Evaluation_Addendum to 52.212-2 Attachment 3, PWS_610 CACS Shelter OMR Attachment 4, Equipment List, 25QA174 Attachment 5, Self Scoring Worksheet, 25QA174 Attachment 6, Total Evaluated Price Matrix, 25QA174 Attachment 7, CONTRACTOR_PAST_PERFORMANCE_QUESTIONNAIRE, 25QA174 Attachment 8, Contractor Questions (RFI), 25QA174 Attachment 9, Work Sample Cover Sheet, 25QA174 Attachment 10, DDForm254, 25QA174 Attachment 11, Instructions for Completing DD FORM 254, 25QA174 Attachment 12, Service Contract Act WD 2015-5473, 25QA174 Attachment 13, Clauses and Provisions, 25QA174 Attachment 14, Mission Essential, 25QA174 Attachment 15, DM Contractor Environmental Guide, 25QA174
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/83e781deeda340dab707c736af01ef34/view)
- Record
- SN07402622-F 20250411/250409230055 (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 |