Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2025 SAM #8619
SOLICITATION NOTICE

M -- Operations, Maintenance, and Support (OM&S) of ACC Primary Training Ranges (PTR)

Notice Date
6/30/2025 4:05:50 AM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA4890 HQ ACC AMIC HAMPTON VA 23666 USA
 
ZIP Code
23666
 
Solicitation Number
FA489025R0006
 
Response Due
5/28/2025 1:00:00 PM
 
Archive Date
07/31/2025
 
Point of Contact
Capt Ryan Tagatac, Phone: 757-225-6321, Sandra Redfearn, Phone: 757-225-6321
 
E-Mail Address
ryan_mark.tagatac.3@us.af.mil, sandra.redfearn@us.af.mil
(ryan_mark.tagatac.3@us.af.mil, sandra.redfearn@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SYNOPSIS of DRAFT Request for Proposal (RFP): FA489025R0006 Operations, Maintenance, and Support (OM&S) of Air Combat Command (ACC) Primary Training Ranges (PTR) This posting is for the DRAFT RFP. The United States Air Force (USAF), ACC Acquisition Management Integration Center (AMIC) hereby publicizes its intention to solicit non-personal services for OM&S of PTRs at eight locations (Range Operating Authority are in parenthesis): Dare County Range (Seymour Johnson), Poinsett Ranges (Shaw), Grand Bay Range (Moody), Avon Park Range (Moody), Snyder Range (Dyess), Belle Fourche Range (Ellsworth), Holloman Ranges (Holloman), and Mountain Home Ranges (Mountain Home). PTRs consist of Electronic Combat Ranges (ECR), Electronic Warfare Sites (EWS), and Bombing and Gunnery (B&G) ranges. The ranges accommodate basic to intermediate air-to-surface training. Typical PTRs contain target arrays, threat simulators, and weapons scoring systems and provide Service Class A, B, and/or C range capabilities. The contractor shall perform IAW the standards outlined in the Statement of Work (SOW) as posted with the final RFP and any Amendment to the RFP is applicable. The contractor shall furnish all personnel, equipment, tools, materials, supervision, and all other items and services that are required to perform OM&S of ACC PTR. This acquisition is set aside 100% for small business. The anticipated period of performance will consist of a 60-day transition, nine-month base contract period, and four one-year option periods. A single Firm Fixed Price (FFP) contract will result from the solicitation using best value source selection procedures. The anticipated issue date for the final RFP is on or about 23 June 2025, with the anticipated date for receipt of proposals on or about 7 August 2025. The anticipated award date is on or about 12 January 2026. The Government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documentation will not be made available. Solicitation, amendments, and other miscellaneous documents will be posted on sam.gov. It is the responsibility of each offeror to continually monitor and review sam.gov for notice of amendments, updates, or changes to current information. Primary Points of Contacts (POCs) for this requirement are Ms. Sandra Redfearn, Contract Manager and Capt Ryan Tagatac, Contracting Officer. Both POCs can be reached by email at accamic.ptr.recompeteorgbox@us.af.mil. Contact with government personnel, other than the ACC AMIC Contract Manager and/or Contracting Officer listed above, by a potential offeror or their employees� regarding this acquisition is strictly prohibited. The applicable North American Industry Classification System (NAICS) code for this requirement is 561210 - Facilities Support Services, and the Small Business Size Standard is $47M. Notice to Offerors: Funds are not presently available for this effort. No award will be made under this acquisition until funds are available. The Government reserves the right to cancel this acquisition either before or after the closing date. In the event the Government cancels this acquisition, the Government has no obligation to reimburse an offeror for any costs. All interested parties should review all documents and provide comments/questions concerning this draft RFP to the POCs above. Note: draft RFP attachment 3 is not currently avaialable, but will be posted at a later time. All comments/questions shall be submitted utilizing the Question-Comment Matrix excel spreadsheet attached to this DRAFT RFP. Feedback is welcome at any time; however, we request any interested party to submit any comments/questions NLT 28 May 2025, 4:00 PM eastern time. The Government will provide a response to all inquiries via sam.gov. Amendment #1 - Added draft RFP attachment 3. The attachment is dated 8 May 2025 and is 62 pages. 16 May 2025
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3c8bb183213149c3be5797d266f1ccb4/view)
 
Place of Performance
Address: Hampton, VA 23666, USA
Zip Code: 23666
Country: USA
 
Record
SN07493383-F 20250702/250630230043 (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.