SOLICITATION NOTICE
J -- Facility Services for Non-Real Property
- Notice Date
- 12/11/2025 1:28:21 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
- ZIP Code
- 32542-5418
- Solicitation Number
- FA282326Q0005
- Response Due
- 1/22/2026 10:00:00 AM
- Archive Date
- 02/06/2026
- Point of Contact
- Kristina B. Brannon
- E-Mail Address
-
kristina.brannon.1@us.af.mil
(kristina.brannon.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment 1 (11 Dec 2025): Correct an error on the relevancy table in FAR 52.212-2 Addendum. See SF1449 Amendment 0001 and 52.212-2 Amend 1 adobe acrobat document that has the changes highlighted. Since amending will go ahead and post the RFI and our response that we have received to date. This is a combined synopsis/solicitation for commodities prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. This is a competitive Request for Quote (RFQ) and the solicitation number for this requirement is FA2823-26-Q-0005. The Operational Contracting Division, Air Force Test Center at Eglin, AFB, Florida, requires Facility Services for Non-Real Property in accordance with the Performance Work Statement dated 09 December 2025 and the attached SF1449. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented. This procurement will be conducted as a 100% Small Business set-aside; please identify your business size in your response based upon this standard. Award will be made to the responsible, Best Value Offeror whose offer conforms to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements. There will be no advanced payments. The North American Industry Classification System code (NAICS) is 561210 Facilities Support Services, with a size standard of $47M. A firm-fixed priced purchase order will be awarded. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER. This solicitation will result in a service contract. Construction wage determinations will be included when the option years are exercised (in case these job classifications are required under the future Above and Beyond Maintenance and Repair CLINS). The fully burdened labor rates for any construction job classifications will be negotiated (and determined fair and reasonable) when issuing maintenance and repair authorizations under the Above and Beyond CLINs. There will NOT be a requirement on this contract to submit any payroll data, material submittals, progress reports, certification that you paid your subcontractors with each invoice, or obtain bonding that are required in a construction project. The prices should reflect this. REQUIREMENT: CLIN 0001: (FIRM-FIXED PRICE) Immediate Repairs in accordance with the PWS dated 09 December 2025 (Qty 1 Each) Includes SCLS Wage Determination # 15-4531 Rev 31 dated 8 July 2025; OPTION CLIN 1001: (FIRM-FIXED PRICE) Annual Inspection in accordance with the PWS dated 09 December 2025 (Qty 1 Each) Includes SCLS Wage Determination # 15-4531 to be incorporated at the time of option being exercised; OPTION CLIN 1002: (THIS IS A NOT-TO-EXCEED CLIN) Above and Beyond Maintenance and Repair in accordance with the PWS dated 09 December 2025 (Qty 1 Job) NTE $45,000.00 Includes SCLS Wage Determination #15-4531, and Wage Rate Requirements (Construction) Residential #FL20250076 to be incorporated at the time of option being exercised; OPTION CLIN 2001: (FIRM-FIXED PRICE) Annual Inspection in accordance with the PWS dated 09 December 2025 (Qty 1 Each) Includes SCLS Wage Determination #15-4531 to be incorporated at the time of option being exercised; OPTION CLIN 2002: (THIS IS A NOT-TO-EXCEED CLIN) Above and Beyond Maintenance and Repair in accordance with the PWS dated 09 December 2025 (Qty 1 Job) NTE $60,000.00 Includes SCLS Wage Determination #15-4531, and Wage Rate Requirements (Construction) Residential # FL20250076 to be incorporated at the time of option being exercised; OPTION CLIN 3001: (FIRM-FIXED PRICE) Annual Inspection in accordance with the PWS dated 09 December 2025 (Qty 1 Each) Includes SCLS Wage Determination #15-4531 to be incorporated at the time of option being exercised; OPTION CLIN 3002: (THIS IS A NOT-TO-EXCEED CLIN) Above and Beyond Maintenance and Repair in accordance with the PWS dated 09 December 2025 (Qty 1 Job) NTE $60,000.00 Includes SCLS Wage Determination #15-4531, and Wage Rate Requirements (Construction) Residential # FL20250076 to be incorporated at the time of option being exercised; OPTION CLIN 4001: (FIRM-FIXED PRICE) Annual Inspection in accordance with the PWS dated 09 December 2025 (Qty 1 Each) Includes SCLS Wage Determination #15-4531 to be incorporated at the time of option being exercised; OPTION CLIN 4002: (THIS IS A NOT-TO-EXCEED CLIN) Above and Beyond Maintenance and Repair in accordance with the PWS dated 09 December 2025 (Qty 1 Job) NTE $60,000.00 Includes SCLS Wage Determination # 15-4531, and Wage Rate Requirements (Construction) Residential # FL20250076 to be incorporated at the time of option being exercised. BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the Best Value Offeror. Offerors will be evaluated in accordance with FAR 13.106-2(b) and as specified in FAR 52.212-2 of the SF1449. See 52.212-1 Addendum for Offeror Instructions. See 52.212-2 Addendum for Evaluation Criteria. These are included in the SF1449, but are not visually appealing so they are also attached to the RFQ as adobe acrobat documents. DEADLINES: GROUP SITE VISIT: A site visit will be held at 09:00 A.M. Central Standard Time on 08 January 2026. Attendance is not mandatory to quote and all notes taken at the site visit will be posted to the solicitation. Those who will be attending need to send the attendee�s full name, date of birth, drivers license number/state of issue, and contact phone number so a base access pass may be obtained. This information is required no later than 12:00 PM Central Standard Time on 02 January 2026 in order to allow 96 SFS time to process. Contractors with retiree or dependent cards are not supposed to use them for official duty on the base. Please send a list of ALL attendee information to kristina.brannon.1@us.af.mil by the aforementioned date and time. Visitors must pick up passes at the Air Force Museum only: 100 Museum Dr Bldg 2938 Eglin AFB, FL 32542. In the event Security Forces says they cannot find your pass information tell them its on the AFTC Tracker for Contracting. To obtain unescorted access all individuals must establish identity through a Federal or State photo ID; pass a background check (no outstanding warrants, terrorism connections, convictions for disqualifying offenses, or other disqualifying conditions); and have an acceptable reason for seeking installation access. Please see attached map to Bldg 64 (Attachment #7). Visitors will meet at Bldg 64. Submit any questions to the attention of Kristina B. Brannon by email to kristina.brannon.1@us.af.mil no later than 12:00 PM Central Standard Time on 12 January 2026. Questions and Responses will be posted to the RFQ at the end of each week. Offers are due to same email, kristina.brannon.1@us.af.mil, no later than 12:00 PM Central Standard Time on 22 January 2026. Attachments: 1. Performance Work Statement dated 09 December 2025 2. SCLS Wage Determination 15-4531 Revision 31 dated 08 July 2025 3. Pricing Workbook 4. Past Performance Questionnaire 5. Financial Responsibility Questionnaire 6. Subcontractor Consent Template 7. Site Visit Map
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6dfdb587a35f4199825b9f150300dbdd/view)
- Place of Performance
- Address: Eglin AFB, FL 32542, USA
- Zip Code: 32542
- Country: USA
- Zip Code: 32542
- Record
- SN07663107-F 20251213/251211230033 (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 |