The purpose of this amendment is to:
Modify the solicitation due date to Thursday June 26, 2025, 5:00PM EDT.
All other terms and conditions remain unchanged.
***********************************************************************************************************************
SOL UPDATE 2
The purpose of this update is to updated Attachment 17 - Consolidated Requests for Information Q-A's (6-4-25). It was brought to the governments attention that due to human error a few timely received RFI's were not included in the last excel file, these questions have now been added and answered.
The solicitation due date of 11:00am EDT Monday June 23, 2025 remains unchanged.
All other terms and conditions remain unchanged.
*****************************************************************************************************
AMENDMENT 1
The purpose of this amendment is to:
1) Update Attachment #1 - SOW KYJM 18-9007 rev 6 (5-21-2025). New verbiage is highlighted in yellow.
2) Add Attachment # 17 - Consolidated Requests for Information (RFIs) questions and answers.
3) Add Attachment #18 - Site visit photos
4) Add Attachment #19 - Site Visit Sign-In Sheet
5) Modify the solicitation due date from Thursday June 5, 2025, to 11:00am EDT Monday June 23, 2025.
All other terms and conditions remain unchanged.
***************************************************************************************************************************************
REQUEST FOR INFORMATION UPDATE
There has been a delay in obtaining RFI responses from our tehnical team, RFI responses are now anticipated to be posted early next week after the Memorial Day Holiday, the final solicitation close date will be extended accordingly with those RFI updates.
**************************************************************************************************************************************
(i) This solicitation for noncommercial construction services. This is a competitive 100% Small Business Set-Aside solicitation conducted in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 19.5. Additionally, this solicitation will follow FAR 15, Contracting by Negotiation procedures and FAR 36, Construction and Architect-Engineer Contracts.
(ii) Solicitation Number: FA6648-25-R-0004 **Please provide the full solicitation number on all packages**
Interested parties who believe they can meet all the requirements for the items described in this solicitation are invited to submit, in writing, a complete proposal package.
Offerors are required to submit with their proposals enough information for the Government to evaluate the requirements detailed in this solicitation. Offerors shall submit proposals via email. Electronic proposals may be submitted via email to Vivian Filias, viviane.filias@us.af.mil and Sandy Guité at sandy.guite@us.af.mil or through DoD SAFE (Secure Access File Exchange) at https://safe.apps.mil.DoDSAFE requires a drop to be set up in advance. Please ensure any request for DoDSAFE is submitted at least 3 business days prior to bid close. Homestead ARB's email system has a maximum file size limitation of 20MB for receipt of emails from outside sources. If your offer package document/s are larger than 20MB TOTAL, you will need to submit using the DoDSAFE procedures.
This solicitation is issued as a Request for Proposals (RFP). All responsible sources may submit a firm-fixed price (FFP) proposal package, which will be considered by the agency. Proposal packages must be submitted with ALL required forms/information identified in this solicitation and associated attachments to be considered for award.
(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-03, DPN 20250117 and DAFAC 2024-1016.
(iv) THIS REQUIREMENT WILL BE: 100% SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) number for this acquisition is 236210 with a size standard of $45 million.
(v) CLIN Nomenclature
There will be one CLIN (CLIN 0001) on this contract, representing all work required as stated in Attachment 1 – Statement of Work (SOW) dated 4/24/2025.*
*Offeror will be required to provide total price in Section B of Solicitation – FA664825R0004 PDF Attachment AND completed Attachment 9 – Construction Cost Estimate breakdown attachment and provide ALL detailed subcontracted quotes.
(vi) Description of items to be acquired:
The Air Force Reserve Command (AFRC), Homestead Air Reserve Base (HARB), FL has a requirement to Repair Aircraft Fire Training Facility at B218 on Homestead Air Reserve Base. The contractor shall furnish all labor, materials, equipment, and transportation to perform all work in accordance with the requirements specified in the attached Statement of Work (SOW) Dated: 24 April 2025. Additional information is included in the attachments to this solicitation.
(vii) Period Of Performance:
Estimated POP is 180 Calendar Days after issuance of Notice to Proceed (NTP), however it is negotiable.
(viii) Bid Guarantees ARE required for this requirement in accordance with Federal Acquisition Regulation (FAR) Provision 52.228-1 Bid Guarantee and should equal 20% of proposed total and must be submitted with proposal package. Failure to include a bid guarantee will result in proposal package being deemed unacceptable for award consideration IAW FAR 28.101-4(b) & (c). Performance and payment bonds will be required in accordance with Federal Acquisition Regulation (FAR) Clauses 52.228-2, Additional Bond Security (> $35K); 52.228-14, Irrevocable Letter of Credit; and/or 52.228-15, Performance and Payment Bonds--Construction. Performance and Payment Bonds will be due 10 days from award of the contract.
(ix) The applicable wage rates for this project can be found attached to this solicitation attachment 11. The work will take place in Homestead, Miami-Dade County, FL.
(x) Liquidated Damages have been determined by the Contracting Officer to be not needed for this project.
(xi) In accordance with FAR 36.204(g) the estimated price range of this requirement is between $1,000,000. and $5,000,000.
(xii) A site visit for this project is deemed necessary and is scheduled for 16 May 2025. Attendance of the site visit is STRONGLY encouraged. Site visit instructions will be sent via email to confirmed attendees.
- Interested offerors MUST RSVP not later than 12 May 2025 @ 5:00 PM EDT. Interested offerors will receive a time slot and a map with directions to the site visit location.
- All interested offerors who wish to attend the site visit are required to register by emailing a completed base access request (Attachment 12) to Viviane Filias at viviane.filias@us.af.mil and Sandy Guite at sandy.guite@us.af.mil no later than 5:00pm EST Monday May 12, 2025. Should you desire to submit the form securely please email a request for DoDSafe link and a link for submission will be sent. DOD Safe submission of completed base pass request must be received by 5:00pm EDT Monday May 12, 2025, to ensure timely submission and processing of base access for the Site Visit. Late registration will not be allowed. There shall be no more than two (2) registered parties per contractor. On the date of the site visit please plan to arrive 30 mins early to obtain visitors pass. Additional site visit details will be emailed to confirmed participants via email. **EVEN IF YOU CAN ACCESS THE BASE (i.e. retired military ID) YOU MUST CONFIRM ATTENDANCE WITH THE CONTRACTING OFFICE**
- Please prepare and submit as many questions as possible in advance of attendance to the site visit, as this will aid the Government in developing responses. The Government will summarize the questions and answers (Q&A) provided before and during the site visit and post the Q&A summary to sam.gov by COB Thursday May 22, 2025.
- Requests for Information (RFIs) will be accepted at any time during the proposal preparation period; however, a HARD DEADLINE for receipt of RFI’s has been schedule for 4:00PM EST 19 May 2025, any RFI’s received after this time will not be answered. RFIs submitted before the deadline will receive a response from the Government no later than COB 22 May 2025. RFI Q&As will be summarized and provided to potential offerors via solicitation modification to the RFP request on Sam.gov.
(xiii) Instructions to Offerors and Evaluation Criteria
The Government will award a firm fixed priced contract resulting from this solicitation.
Complete details for instruction to offerors can be found in Section L of the attached Solicitation – FA664825R0004 PDF and for ease of reading in the separate Section L attachment 15.
Complete details for Evaluation Criteria can be found in Section M of the attached Solicitation – FA664825R0004 PDF and for ease of reading in the separate Section M attachment 16.
(xiv) CLAUSES INCORPORATED BY REFERENCE
It is the Offeror’s responsibility to be familiar with applicable provisions and clauses. See https://gov.ecfr.io and https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. Class deviations can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html.
For your convenience all applicable provisions and clauses are included in the attached Solicitation – FA664825R0004 PDF.
(xv) Defense Priorities and Allocation System (DPAS): N/A
(xvi) Proposal Submission Information:
Offers are due by 5 June 2025 at 1:00 PM Eastern Daylight Time (EDT). Offers must be sent to the Contracting Specialist, Viviane Filias, at viviane.filias@us.af.mil and Contracting Officer, Sandy Guité, at sandy.guite@us.af.mil prior to the closing date via electronic mail.
ATTACHMENTS
Solicitation – FA664825R0004
Attachment 1 – SOW KYJM 18-9007 dated 24 April 2025
Attachment 2 – T.O. 35E1-2-13-1
Attachment 3 – UFC 3 230 02
Attachment 4 – UFC 3 250 01
Attachment 5 – UFC 3 250 03
Attachment 6 – UFGS 07 14 00, 07 92 00, 22 15 13.16 40, 33 11 00
Attachment 7 – KYJM 18-9007 Drawings
Attachment 8 – AF-66 Schedule of Material Submittals
Attachment 9 – Construction Cost Estimate Breakdown
Attachment 10 – Template AF IMT 3064 Progress Schedule
Attachment 11 – DBA Wage Determination FL20250215 dated 4-11-25
Attachment 12 – Blank Base Access Request Form
Attachment 13 – Past Performance Fact Sheet – Fire trainer (Offeror)
Attachment 14 – Past Performance Questionnaire