SOLICITATION NOTICE
S -- Aircrew Facility Support
- Notice Date
- 10/23/2025 4:37:42 PM
- Notice Type
- Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- FA9401 377 MSG PK KIRTLAND AFB NM 87117-0001 USA
- ZIP Code
- 87117-0001
- Solicitation Number
- FA940126Q0001
- Response Due
- 11/10/2025 4:00:00 PM
- Archive Date
- 11/25/2025
- Point of Contact
- Andrew Wiseman, Phone: 5058466893, Dakota Powell, Phone: 5058464669
- E-Mail Address
-
andrew.wiseman.2@us.af.mil, dakota.powell@us.af.mil
(andrew.wiseman.2@us.af.mil, dakota.powell@us.af.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Description
- DEPARTMENT OF THE AIR FORCE 377TH AIR BASE WING (AFGSC) 377 MSG/CONTRACTING DIVISION � KIRTLAND AFB, NEW MEXICO COMBINED SYNOPSIS/SOLICITATION NOTICE Requirement Title: Aircrew Facility Support Solicitation Number: FA940126Q0001 Response Deadline: 10 November 2025, 5:00 PM (MDT/MST) Contract Specialist: andrew.wiseman.2@us.af.mil Contracting Officer: dakota.powell@us.af.mil Quote Validity: Quotes shall be valid for 90 days. Question Deadline: 30 October 2025, 5:00 PM (MDT/MST) GENERAL INFORMATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only quotes are being requested and a written solicitation will not be issued. Notice to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This solicitation is issued as a Request for Quotation (RFQ). This requirement is a 100% Service-Disabled Veteran Owned Small Business set aside in accordance with (IAW) FAR 19.1405(b). North American Industry Classification System (NAICS) code for this solicitation is 561210 � Facility Support Services with a size standard of $47M. REQUIREMENT INFORMATION Description of requirement: See Attachment 1 � Performance Work Statement �PWS � Aircrew Facility Support� dated 22 October 2025. On-Call hours outlined in CLIN 0003 and associated option periods are only billable for work performed outside of normal hours at Building 917 and at request of authorized government personnel. Personnel On-Call but not requested to perform work are not billable under CLIN 0003 or associated option periods. Aircrew billeting and housekeeping services may be performed by the same personnel. Billeting services are limited to roles identified in Section 3.1 of the PWS. A staffed front desk is not necessary or expected. The majority of workload will be providing housekeeping services outline in Section 3.2 of the PWS. Schedule of Services: The Schedule of Services is identified in Annex 1 � Quote Sheet. b. Acceptance/ FOB Point for all CLINS is: DESTINATION c. New Mexico Gross Receipts Tax (NMGRT) may be applicable to the proposed effort. For assistance in determining the extent to which NMGRT may apply and applicable rates, contact the New Mexico Taxation and Revenue Department, 1200 South St. Francis Drive, Santa Fe, NM 87504, 1 (866) 285-2996 https://www.tax.newmexico.gov/businesses/gross-receipts-overview/ Attachments and Annexes to the Solicitation: Attachment 1 � �PWS � Aircrew Facility Support� dated 22 October 2025. Attachment 2 � �Appendix F 917 � 1 Room SqFt� Attachment 3 � �Appendix F 917 � 2 Room SqFt� Attachment 4 � �Wage Determination_2015-5443 Rev. 26� dated 08 July 2025 Attachment 5 � �SF1449 Solicitation FA940126Q0001� additional provisions/clauses applicable to this solicitation can be found here. Attachment 6 � �Annex 1 � Quote Sheet� D. INSTRUCTIONS TO OFFERORS: FAR 52.212-1 Instructions to Offerors - Commercial Items Addendum Submission of Offers. Quotes shall be submitted via email to the Contract Specialist and Contracting Officer identified in Section A, combined synopsis/solicitation notice. Electronic documents shall be submitted in .pdf, .doc, or .xls and less than 30MB. Communication containing documents in any other format may be blocked or stripped by the Government�s server and may not be received by this office. Files in .zip format may not be received by this office. General: To ensure timely and equitable evaluation of offers, offerors must follow the instructions contained herein. The quote shall be clear, concise and include sufficient detail for effective evaluation. Responses to this solicitation shall strictly adhere to the requirements set forth in the solicitation and the corresponding Statement of Work. The quotes shall not contain any extraneous information such as advertisements, or marketing information. Offerors must clearly identify any exception(s) taken to the solicitation terms and conditions and provide complete accompanying rationale. Submissions that do not adhere to format and content requirements may be considered non-compliant. The Government reserves the right to eliminate any such quotes from consideration for award. Quotation Factors: Factor 1: Technical - The offeror shall submit a technical plan demonstrating their approach and understanding of the required Aircrew Facility Support services listed in Attachment 1 ��PWS � Aircrew Facility Support� dated 22 October 2025. The technical plan shall not exceed 5-6 pages and shall address the following subfactors. Aircrew Facility Billeting Services: The contractor shall clearly illustrate its capability to meet Section 3.1, Aircrew Facility Billeting Servies, and its corresponding appendices of Attachment 1 ��PWS � Aircrew Facility Support� dated 22 October 2025. Aircrew Facility Housekeeping Services: The contractor shall clearly illustrate its capability to meet Section 3.2, Aircrew Facility Housekeeping Services and its corresponding appendix C (Appendix C - Cleaning Checklist) of Attachment 1 ��PWS � Aircrew Facility Support� dated 22 October 2025. Factor 2: Price: Price - Offerors shall insert the unit and total price of each CLIN listed in Annex 1 Quote Sheet. All dollar amounts should be rounded to the nearest dollar. The vendors Total Evaluated Price (TEP), for award purposes, will be based upon the total price proposed for each Contract Line-Item Number (CLIN) including all options as calculated from Appendix A. Factor 3: Submission of Mission Essential Plan - Submission of a Mission Essential Plan is required IAW DFARS 252.237-7024 Notice of Continuation of Essential Contractor Services (Oct 2010). Vendor shall submit a written plan addressing the minimum requirements identified in DFARS 252.237-7024. Failure to submit the plan or meet the minimum requirements may cause the quote to be ineligible for the award. (End of Provision) FAR 52.212-2 Evaluation � Commercial Products and Commercial Services (Nov 2021) is hereby incorporated by reference. The following has been tailored to this procurement and is hereby added: The Government�s intent is to award a contract resulting from this solicitation to the proposer responsible whose quotation represents the best value in accordance with the factors of this solicitation. Basis for Award. Award will be based on the following: The offerors acknowledgement and agreement to the terms and conditions incorporated in the solicitation; The offerors technical plan is determined to be technically acceptable; and The price proposed is found to be fair and reasonable in accordance with FAR 13.106-3 Offerors will be ranked in order from Top Ranked (lowest price) to bottom ranked (highest price). The top four (4) ranked priced quotations (lowest four (4) proposals in terms of total evaluated price) will be evaluated in accordance with the evaluation criteria for price and technical. Award will be made if one of the top three ranked proposals is evaluated as having a reasonable price and an acceptable technical plan. If award cannot be made, the 5th ranked offer�s proposal will be evaluated. This process will continue, proceeding down the ranking of offerors one by one, until an offer is evaluated as having a reasonable price and technical plan. The following factors shall be used to evaluate offers: Factor 1: Technical - The Government will evaluate Technical by assigning a rating of Acceptable or Unacceptable. In order for an offeror to be considered Technically Acceptable they must be able to provide a technical plan demonstrating an understanding of Aircrew Facility Support services presented in Attachment 1 �PWS � Aircrew Facility Support� dated 22 October 2025.� The technical plan shall not exceed 5-6 pages and shall address the following subfactors: Aircrew Facility Billeting Services: The contractor shall clearly illustrate its capability to meet Section 3.1, Aircrew Facility Billeting Servies, and its corresponding appendices of Attachment 1 �PWS � Aircrew Facility Support� dated 22 October 2025. Aircrew Facility Housekeeping Services: The contractor shall clearly illustrate its capability to meet Section 3.2, Aircrew Facility Housekeeping Services, and its corresponding appendix (Appendix C � Cleaning Checklist) of Attachment 1 ��PWS � Aircrew Facility Support� dated 22 October 2025. Factor 2: Price - The offerors Total Evaluated Price (TEP), for award purposes, will be based upon the total price proposed for each Contract Line Item Number (CLIN) as calculated from Annex 1. The TEP will be evaluated against the locally developed Independent Government Estimate and other means necessary found in FAR 13.106-3. The purchase order resulting from this solicitation will include FAR 52.217-8 �Option to Extend the Term of the Contract�. A six-month extension period under this clause will only be utilized if necessary. IAW 52.217-8, the extension pricing will be based on the pricing on contract if utilized. As such, the six-month extension is calculated by dividing the total proposed price of Option Year (OY) IV in half. The Total Evaluated Price (TEP) will be calculated by the Government by adding the proposed pricing for the base year, OYI, OYII, OYIII, OYIV, and the six-month extension calculation described above. TEP will be used for evaluation purposes only. Evaluation of extension pricing shall not obligate the Government to exercise the extension. The six-month extension period is not to be considered part of the base year period of performance and will be a separate option exercise if it is utilized. Factor 3: Submission of Mission Essential Plan - Submission of a Mission Essential Plan is required IAW DFARS 252.237-7024 Notice of Continuation of Essential Contractor Services (Oct 2010). Vendor shall submit a written plan addressing the minimum requirements identified in DFARS 252.237-7024. Failure to submit the plan or meet the minimum requirements may cause the quote to be ineligible for the award. 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). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5b544e6762eb40198ac543a20c07e45a/view)
- Place of Performance
- Address: Kirtland AFB, NM 87117, USA
- Zip Code: 87117
- Country: USA
- Zip Code: 87117
- Record
- SN07626322-F 20251025/251023230033 (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 |