SOURCES SOUGHT/REQUEST FOR INFORMATION
The Department of War, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), is currently conducting market research seeking potential sources that are capable of performing the facilities maintenance for non-real property requirement in accordance with the attached draft Performance Work Statement dated 20 November 2025.
This is NOT a pre-solicitation notice pursuant to FAR Part 5, but a market survey to identify sources that are capable of providing facility maintenance services in accordance with the attached draft Performance Work Statement dated 20 November 2025.
All interested vendors shall submit a response demonstrating their desire to perform this effort to the Primary Point of Contact listed below. Quotes/pricing are not being requested or accepted at this time; responses cannot be accepted by the Government to form a binding contract. No solicitation (Request for Quote) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.
The NAICS Code assigned to this acquisition is 561210 Facilities Support Services with a small business size standard of $47M. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoW contract. No set-aside decision has been made. The responses received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program.
This is a service under SCLS and will have an Okaloosa County SCLS wage determination, this is not a construction requirement and does not involve real-property. There is not a requirement for the Prime Contractor to self-perform 51% of the effort.
These are the potential job classifications from the SCLS Wage Determination:
Fire Alarm System Mechanic
General Maintenance Worker
Heating, Ventilation and Air-Conditioned Mechanic
Heavy Equipment Operator
Laborer
Maintenance Trades Helper
Sheet-Metal Worker, Maintenance
Welder, Combination, Maintenance
Truck Driver, Light, Medium, Heavy, and Tractor-Trailer
*As subject matter experts, please identify which classifications would be utilized in this contract effort in your response. I am attaching the construction wage determinations, too. Please identify if any of the construction labor classifications could apply to this effort.
*Please let us know if there is any critical information missing that you would need from the Government in order to provide an adequate offer, and please also provide us with any additional information you feel should be taken into consideration before deciding on an acquisition strategy.
The period of performance will be for one 12-month base period and four 12-month options.
The anticipated CLIN structure is as follows:
CLIN 0001: FFP- ANNUAL INSPECTION – Annual Inspection in accordance with (IAW) Performance Work Statement dated 20 November 2025. Qty: 1 Each
CLIN 0002: FFP- ABOVE AND BEYOND MAINTENANCE AND REPAIRS. THIS IS A NOT TO EXCEED CLIN – Above and Beyond Maintenance and Repair IAW PWS dated 20 November 2025. The Service Provider shall complete required maintenance and repair found during the annual inspection. The Vendor will not perform any maintenance or repair unless directed by the Contracting Office. The Vendor will invoice referencing this CLIN not to exceed TBD $ per year. Period of Performance TBD – Will be 1 year Qty: 1 Job
CLIN 0003: FFP- IMMEDIATE MINOR REPAIRS – Move Electrical Panel, Separate Power from Outside Lights and Interior Power, Receptacle Replacement, Fire Detection System Servicing, HVAC Servicing, Minor Structural Repair and Mounting Equipment in accordance with (IAW) Performance Work Statement dated 20 November 2025. Qty: 1 Job
OPTION CLIN 1001: FFP- ANNUAL INSPECTION – Annual Inspection in accordance with (IAW) Performance Work Statement dated 20 November 2025. Qty: 1 Each
OPTION CLIN 1002: FFP- ABOVE AND BEYOND MAINTENANCE AND REPAIRS. THIS IS A NOT TO EXCEED CLIN – Above and Beyond Maintenance and Repair IAW PWS dated 20 November 2025. The Service Provider shall complete required maintenance and repair found during the annual inspection. The Vendor will not perform any maintenance or repair unless directed by the Contracting Office. The Vendor will invoice referencing this CLIN not to exceed TBD per year. Period of Performance TBD – Will be 1 year Qty: 1 Job
OPTION CLIN 2001: FFP- ANNUAL INSPECTION – Annual Inspection in accordance with (IAW) Performance Work Statement dated 20 November 2025. Qty: 1 Each
OPTION CLIN 2002: FFP- ABOVE AND BEYOND MAINTENANCE AND REPAIRS. THIS IS A NOT TO EXCEED CLIN – Above and Beyond Maintenance and Repair IAW PWS dated 20 November 2025. The Service Provider shall complete required maintenance and repair found during the annual inspection. The Vendor will not perform any maintenance or repair unless directed by the Contracting Office. The Vendor will invoice referencing this CLIN not to exceed TBD $ per year. Period of Performance TBD – Will be 1 year Qty: 1 Job
OPTION CLIN 3001: FFP- ANNUAL INSPECTION – Annual Inspection in accordance with (IAW) Performance Work Statement dated 20 November 2025. Qty: 1 Each
OPTION CLIN 3002: FFP- ABOVE AND BEYOND MAINTENANCE AND REPAIRS. THIS IS A NOT TO EXCEED CLIN – Above and Beyond Maintenance and Repair IAW PWS dated 20 November 2025. The Service Provider shall complete required maintenance and repair found during the annual inspection. The Vendor will not perform any maintenance or repair unless directed by the Contracting Office. The Vendor will invoice referencing this CLIN not to exceed TBD $ per year. Period of Performance TBD – Will be 1 year Qty: 1 Job
OPTION CLIN 4001: FFP- ANNUAL INSPECTION – Annual Inspection in accordance with (IAW) Performance Work Statement dated 20 November 2025. Qty: 1 Each
OPTION CLIN 4002: FFP- ABOVE AND BEYOND MAINTENANCE AND REPAIRS. THIS IS A NOT TO EXCEED CLIN – Above and Beyond Maintenance and Repair IAW PWS dated 20 November 2025. The Service Provider shall complete required maintenance and repair found during the annual inspection. The Vendor will not perform any maintenance or repair unless directed by the Contracting Office. The Vendor will invoice referencing this CLIN not to exceed TBD $ per year. Period of Performance TBD – Will be 1 year Qty: 1 Job
Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. Any proprietary information contained in response to this request will be properly protected from unauthorized disclosure.
Only Government employees will review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government (Advisory and Assistance Services) may be used to administratively process submissions and perform other administrative duties requiring access to other Contractor's proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their Contractor employees from disclosing any information submitted by other Contractors or using such information for any purpose other than that for which it was furnished.
Responses shall be submitted electronically to the following e-mail address: kristina.brannon.1@us.af.mil. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email; the email filters may inadvertently delete all other attachments.
RESPONSES ARE DUE NO LATER THAN 12:00 P.M. (CST) ON 02 December 2025. Direct all questions concerning this requirement to Kristina B. Brannon at kristina.brannon.1@us.af.mil .