COMBINED SYNOPSIS/SOLICITATION
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
This notice is issued as a request for Quotation (RFQ) with the reference number of FA850125Q0072.
This solicitation notice and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05 dated 07 August 2025
This requirement will be a full and open competition under the following NAICS and size standards:
NAICS: 811310; Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
Size Standard: $12.5 Million Dollars
This Solicitation and subsequent quotes will use the Contract Line Items (CLINs) format listed in the RFQ.
DESCRIPTION: Vehicle Barrier Maintenance and Repair (VBMR)
The Contractor shall provide all personnel, labor, equipment, supplies, tools, materials, supervision, travel, periodic inspection, minor repair, and other items and services necessary to provide maintenance for Air Force (AF) vehicle barrier systems. Vehicle barrier systems include, but are not limited to, support equipment such as actuators, control systems (including software), control wiring, circuitry, structural framework, lighting, spring assembly, hydraulic-related equipment, safety loops and other vehicle detection systems, switches, corresponding traffic lights, light duty drop arms, associated computerized systems, and control cabinets. Work shall comply with all applicable commercial and United States (US) military standards/specifications as well as Federal, State, and local laws and regulations (see Performance Work Statement (PWS) Appendix C). It is the Contractor’s responsibility to manage the execution of the PWS requirements in such a manner as to maintain equipment operational rates in accordance with (IAW) PWS Table 2: Services Summary, minimize equipment downtime, and minimize costs per the performance requirements listed in the PWS.
The provision 52.212-1; Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. The provision is incorporated by reference and can be viewed at https://www.acquisition.gov/far/52.212-1.
The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, is applicable to this requirement. The specific evaluation criteria determined by the Contracting officer in paragraph (a) is as follows:
“The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:”
Offerors are advised to include with their quotes a completed copy of the requirements stated in the provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer. Failure to do so may disqualify the offeror from award.
The provision and subsequent clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition and is incorporated by reference.
The provision and subsequent clauses at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services applies to this acquisition.
The DOD, based upon audit findings, has renewed its focus on Financial Capability/Responsibility of federal contractors who receive awards. As such, the following information is requested to all potential offerors:
-
Please provide a narrative statement from your company on how you can successfully cover your financial responsibilities for the full period of performance under this contract and potential options under this contract.
-
Along with this narrative, please provide any substantiating documentation that you feel would bolster your position. Examples of substantiating documentation can be found at DFARS 232.072-2.
Please provide this data no later than 29 August 2025
Lastly, for your awareness, requests for pre-award surveys of your companies were sent to DCMA. We are doing the above in parallel with that effort in the event that DCMA’s review timeline exceeds our award schedule. Do not be surprised if you hear from them soon as well.
CHANGE 01 (27 August 2025): Government responses to submitted RFIs have been attached to this posting.
Quotes will be due no later than 1200 EST on 29 August 2025 via email correspondence to the individuals identified below.
Any questions regarding this Solicitation can be directed to Kevin Hinman @ kevin.hinman.2@us.af.mil or SrA Gabrielle Alexis Francis @ gaibrielle_alexis.francis.1@us.af.mil.
Please see list of attachments for further details
PLEASE SEE ATTACHED AMMENDMENT.