SOLICITATION NOTICE
W -- Floor Mat Rental
- Notice Date
- 3/5/2026 8:30:11 AM
- Notice Type
- Solicitation
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875126Q0020
- Response Due
- 3/16/2026 12:00:00 PM
- Archive Date
- 03/31/2026
- Point of Contact
- Tabitha Haggart, Cody Owens
- E-Mail Address
-
tabitha.haggart@us.af.mil, cody.owens.4@us.af.mil
(tabitha.haggart@us.af.mil, cody.owens.4@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a solicitation for commercial products or commercial services prepared in accordance with part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Offers are being requested and a written solicitation will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation number FA875126Q0020 is issued as a request for quotation (RFQ) for floor mat rental services at the Air Force Research Laboratory (AFRL) in Rome, NY. This solicitation is not set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be assessed electronically at www.acquisition.gov. The contractor shall provide pricing on a firm fixed price basis on the provided bid schedule (Attachment No. 4), for those services outlined in the Performance Work Statement (PWS) dated 05 March 2026 (Attachment No. 1). The anticipated Period of Performance (PoP) for the base year is 01 April 2026 through 31 March 2027. Additionally, four (4) option years plus an additional 6-month option will be included. If all options are exercised, performance would conclude on or around 30 September 2031. The provision at 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (FEB 2026), applies to this acquisition. Addendum to the following paragraphs of 52.212-1 are: (a) Written quotes are due at or before 3:00PM, (Eastern Time) Monday, 16 March 2026. Submit quotes via email to Contract Specialist Tabitha Haggart at: Tabitha.Haggart@us.af.mil, with a copy to Contracting Officer Cody Owens at: Cody.Owens.4@us.af.mil. (a)(7) FORMAL COMMUNICATIONS/INQUIRIES: Formal communications/inquiries such as requests for clarification and/or information concerning this solicitation MUST be in writing and include �FA875126Q0020� in the subject line. Questions regarding the solicitation must be submitted no later than 4 calendar days prior to the quotation due date to enable the Government sufficient time to provide answers prior to solicitation closing. Questions received after this date may not be answered. Submit inquiries to Contract Specialist, Tabitha Haggart at: Tabitha.Haggart@us.af.mil, with a copy to Contracting Officer Cody Owens at: Cody.Owens.4@us.af.mil. Responses to questions, as appropriate, will be posted as amendments to the solicitation on SAM.gov. The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (FEB 2026) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: Price Past Performance The two above evaluation factors are of approximately equal importance. The Government intends to rank offers by Total Evaluated Price (TEP). An offeror�s TEP is the sum of their proposed prices for the base year and all options. The Government may determine an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Price will be examined for reasonableness, realism, and balance. Offerors shall use the Bid Schedule (Attachment No. 4) to submit their pricing details/breakout for their firm fixed-price quote. The Government will acquire past performance information/data from Government and commercial sources in order to consider an Offeror�s history of compliance with delivery schedules, order support, and general customer satisfaction. The intent is to award to the lowest priced offeror with no negative past performance. Offerors are required to complete representations and certifications found in the provision at DFARS 252.204-7998, Alternate A, Annual Representations and Certifications (DEVIATION 2026-O0043) (FEB 2026), as well as the following: 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021) For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 2) The clause at 52.212-4, Terms and Conditions -- Commercial Products and Commercial Services (FEB 2026), applies to this acquisition. The clause at 52.217-8, Option to Extend Services (NOV 1999) applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor within 60 calendar days prior to the date for the exercise of the option. The clause at 52.217-9, Option to Extend the Term of the Contract (MAR 2000) applies to this acquisition as follows: (a) The Government may extend the term of this contract by written notice to the Contractor within 60 calendar days prior to the date for the exercise of the option; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months (66 months). The following FAR and FAR Supplement provisions and clauses apply to this procurement: 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements � Representation (JAN 2017) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-7 System for Award Management � Registration (FEB 2026) 52.204-13, System for Award Management � Maintenance (FEB 2026) 52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, or Voluntarily Excluded (FEB 2026) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (FEB 2026) 52.219-28, Post Award Small Business Program Representation (FEB 2026) 52.222-3, Convict Labor (FEB 2026) 52.222-36, Equal Opportunity for Workers With Disabilities (FEB 2026) 52.222-41, Service Contract Labor Standards (FEB 2026) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Material Handling Laborer $19.13 + $5.09 = $24.22 52.222-50, Combating Trafficking in Persons (FEB 2026) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (FEB 2026) 52.222-62, Paid Sick Leave Under Executive Order 13706 (FEB 2026) 52.223-5, Pollution Prevention and Right-to-Know Information (MAY 2024) 52.223-23, Sustainable Products (FEB 2026) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) 52.232-18, Availability of Funds (APR 1984) 52.232-33, Payment By Electronic Funds Transfer�System For Award Management (OCT 2018) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 52.233-3, Protest After Award (FEB 2026) 52.233-4, Applicable Law for Breach of Contract Claim (FEB 2026) 52.240-90, Security Prohibitions and Exclusions Representations and Certifications (FEB 2026) 52.240-91, Security Prohibitions and Exclusions (FEB 2026) 52.240-93, Basic Safeguarding of Covered Contractor information Systems (FEB 2026) 52.244-6, Subcontracts for Commercial Products and Commercial Services (FEB 2026) 52.252-1 Solicitation Provisions Incorporate by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-5, Authorized Deviations in Provisions (NOV 2020) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision. The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. 52.252-6, Authorized Deviations in Clauses (NOV 2020) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the provision. The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. 252.201-7000, Contracting Officer�s Representative (DEC 1991) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. (DEC 2022) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7004 DoD Antiterrorism Awareness Training for Contractors (JAN 2023) 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2024) (DEVIATION 2024-O0013) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) 252.204-7021, Contractor Compliance With the Cybersecurity Maturity Model Certification Level Requirements (NOV 2025) (d)(1)(i) The Contractor shall have and maintain for the duration of the contract a current CMMC status at the following level, or higher: CMMC Level 1 (Self) for all information systems used in performance of the contract, task order, or delivery order that process, store, or transmit FCI or CUI. 252.204-7024, Notice on the Use of the Supplier Performance Risk System (MAR 2023) DFARS 252.204-7025 Notice of Cybersecurity Maturity Model Certification Level Requirements (NOV 2025) (b)(1) Cybersecurity Maturity Model Certification (CMMC) level. The CMMC level required by this solicitation is: CMMC Level 1 (Self). This CMMC level, or higher (see 32 CFR part 170), is required prior to award for each contractor information system that will process, store, or transmit Federal contract information (FCI) or controlled unclassified information (CUI) during performance of the contract. 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 2023) 252.225-7013, Duty Free Entry (AUG 2025) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7055, Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022) 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023) 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation.(JUN 2023) 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region.(JUN 2023) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (JAN 2023) 252.240-7997, NIST SP 800-171 DoD Assessment Requirements (DEVIATION 2026-O0025) (FEB 2026) 252.243-7001, Pricing of Contract Modifications (DEC 1991) 252.244-7999, Subcontracts for Commercial Products or Commercial Services (DEVIATION 2026-O0015) (FEB 2026) 252.247-7023, Transportation of Supplies by Sea (OCT 2024) 5352.201-9101, Ombudsman (JUL 2023) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is: Ombudsman: AFRL/PK Technical Director, Alternate Ombudsman: AFRL/PK Deputy Director, 1864 Fourth Street, WAFB OH 45433, Phone: (937) 904-9700, FAX: (937) 656-7321, Email: afrl.pk.workflow@us.af.mil 5352.223-9001, Health and Safety on Government Installations (JUL 2023) 5352.242-9000, Contractor Access to Department of the Air Force Installations (JUN 2024) All responsible organizations may submit a quote, which shall be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/248b57df3aea4192a73184dfcdc8a0a2/view)
- Place of Performance
- Address: Rome, NY 13441, USA
- Zip Code: 13441
- Country: USA
- Zip Code: 13441
- Record
- SN07735725-F 20260307/260305230046 (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 |