SOLICITATION NOTICE
J -- Vehicle Barrier Maintenance - AFRL Rome
- Notice Date
- 7/10/2025 4:18:59 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875125Q0064
- Response Due
- 7/21/2025 12:00:00 PM
- Archive Date
- 08/05/2025
- Point of Contact
- Jennifer Calandra
- E-Mail Address
-
Jennifer.Calandra@us.af.mil
(Jennifer.Calandra@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial products and commercial services 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; Offers are being requested and a written solicitation (paper copy) 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 FA875125Q0064 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20250117. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 811210 and employees, or average annual receipts of $34,000,000.00. The contractor shall provide all personnel, labor, equipment, tools, materials, supervision, travel, periodic inspections, minor repair, and other services necessary to provide maintenance for the operation of multiple vehicle barrier systems for AFRL Rome Research Site. (See Attachment 1- Performance Work Statement (PWS), Attachment 2 - AFRL Rome Equipment List, Attachment 3 � Pricing Schedule and Attachment 4 - Equipment Information & Drawings for detailed information.) The anticipated Period of Performance is 16 July 2025 -15 January 2031: Base Contract: 16 July 2025 -15 July 2026 (12 Months) Option Year 2: 16 July 2027-15 July 2028 (12 Months) Option Year 3: 16 July 2028-15 July 2029 (12 Months) Option Year 4: 16 July 2029-15 July 2030 (12 Months) Option Year 5: 16 July 2030-15 January 2031 (6-Month extension) If necessary, any deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point are: Rome Research Site Main Gate, 304 Brooks Road, Rome NY 13440 Stockbridge Test Annex, 5251 Burleson Road, Oneida NY 13421 Newport Irish Hill Test Annex, 391 Lindsay Road, Poland NY 13431 Newport Tanner Hill Test Annex, 208 Tower Road, Newport NY 13416 The provision at 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services, applies to this acquisition. Addendum to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3:00PM (Eastern Standard Time) 21 July 2025. In order to be considered for award, quotes shall be submitted to Jennifer Calandra (jennifer.calandra@us.af.mil) and John Haberer (john.haberer@us.af.mil). Offerors are encouraged to submit their proposals/quotes using Attachment 3- Pricing Schedule and the SF 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services. (b)(4) Submit a technical description of the items being offered. (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). (b)(11) If the offer is not submitted on a SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations, information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; and waive informalities and minor irregularities in offers received. The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) Price- The quotations will be ranked according to their total evaluated price (TEP) as identified by contract line-item total pricing. The Government will evaluate offers for award purposes by adding the total price for all CLINs for the required period of performance.; and (ii) Past Performance- The lowest total evaluated priced, technically acceptable offeror�s past performance will be evaluated on an Acceptable/Unacceptable basis. In determining acceptable past performance, AFRL/RIKO will independently obtain data from other Government and commercial sources in order to consider an Offeror's history of compliance with delivery schedules, order support, and general customer satisfaction. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). All evaluation factors other than price, when combined, are equal to price. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004), as well as the following: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 5) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition. Addenda to the following paragraphs of 52.212-4 are: The clause at 52.217-8, Option to Extend Services, applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor prior to the end of the contract. The clause at 52.217-9, Option to Extend the Term of the Contract applies to this acquisition as follows: (a) The Government may extend the term of this contract by written notice to the Contractor 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. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004) applies to this acquisition. The following additional FAR clauses cited are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment . (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (6) 52.233-3, Protest After Award (7) 52.233-4, Applicable Law for Breach of Contract Claim (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-27, Prohibition on a ByteDance Covered Application 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor�Cooperation with Authorities and Remedies ( 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-37, Employment Reports on Veterans 52.222-50, Combating Trafficking in Persons 52.223-23, Sustainable Products and Services 52.225-13, Restrictions on Certain Foreign 52.225-26, Contractors Performing Private Security Functions Outside the United 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment By Electronic Funds Transfer�System For Award Management 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires (See Attachment 6 � Wage Determination for more information) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 23160 ELECTRICIAN, MAINTENANCE $29.64 + $5.36 = $35.00 23183 ELECTRONICS TECHNICIAN MAINTENANCE III $32.10 + $5.36 = $37.46 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment 52.222-55, Minimum Wages Under Executive Order 14026 52.222-62, Paid Sick Leave Under Executive Order 13706 The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-7 System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.247-34, FOB Destination 52.252-1 Solicitation Provisions Incorporate by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 DoD Antiterrorism Awareness Training for Contractors 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7020, Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7024, Notice on the Use of the Supplier Performance Risk System 252.205-7000, Provision of Information to Cooperative Agreement Holders 252.223-7008, Prohibition of Hexavalent Chromium 252.223-7997 Prohibition on Procurement of Certain Items Containing Perfluorooctane Sulfonate or Perfluorooctanoic Acid - Representation (DEVIATION 2022-O0010) 252.223-7998 Prohibition on Procurement of Certain Items Containing Perfluorooctane Sulfonate or Perfluorooctanoic Acid (DEVIATION 2022-O0010) 252.225-7012, Preference for Certain Domestic 252.225-7048 Export-Controlled Items 252.225-7055, Prohibition Regarding Business Operations with the Maduro Regime 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation 252.225-7980, Contractor Personnel Performing in the United States Africa 252.227-7015, Technical Data--Commercial Products and Commercial Services 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000, Subcontracts for Commercial Products and Commercial Services 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea � Basic 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is: Ombudsman: AFRL/PK 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 5352.242-9000 Contractor Access to Department of the Air Force Installations 252.237-7023 Continuation of Essential Contractor Services
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6221a004948f41419a361904ca9d443e/view)
- Place of Performance
- Address: Rome, NY 13441, USA
- Zip Code: 13441
- Country: USA
- Zip Code: 13441
- Record
- SN07504892-F 20250712/250710230046 (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 |