This is a combined synopsis/solicitation for commercial services 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 the only solicitation; quotes are being requested and written solicitation will not be issued. The solicitation number is FA460825QS061 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2025-05) as of 7 August 2025. This is a set aside for 100% small business and the associated North American Industry Classification (NAICS) number is 333415. The small business size standard is 1,250 employees.
Contracting Office Address:
Department of the Air Force (DAF), Air Force Global Strike Command (AFGSC), 2d Contracting Squadron (2
CONS), 801 Kenney Avenue, Building 4400, Suite 2301, Barksdale Air Force Base (AFB), Louisiana (LA), 71110,
United States (US).
DESCRIPTION/PURPOSE:
The purpose of this requirement Replace two existing Dedicated Outdoor Air Systems. Must submit a quote in accordance with Attachment 1 - Statement of Work, Attachment 2 - Salient Characteristics, Attachment 3 - Wage Determination Rev. 28, and Attachment 4 - Provisions and Clauses.
CLIN 0001 – Replace two existing Dedicated Outdoor Air Systems in accordance with Attachment 1 - Statement of Work, Attachment 2 - Salient Characteristics.
PERIOD OF PERFORMANCE:
30 Days ARO
PLEASE PROVIDE INFORMATION BELOW:
COMPANY: _______________________________________________ DATE: ________________________
SAM UEI: ____________________________________________ CAGE NUMBER: _______________________
POC:__________________________________________ TELEPHONE #: ____________________________
E-MAIL ADDRESS: ____________________________________ TAX ID #: __________________________
Do you have capacity to invoice electronically through WAWF? (Yes / No)
IMPORTANT: The provisions FAR 52.212-1 and 52.212-2 apply to this acquisition. For additional
instructions and evaluation information, please see attachment 1.
Quotes shall be submitted in electronic format and emailed to jonathan.schrank@us.af.mil no later than the solicitation due date and time. Email is the required method; however, it is the contractor’s responsibility to follow up with the listed POC to ensure their quote was received on time. Since the Government anticipates award will be based on initial responses, vendors are highly encouraged to quote their most advantageous pricing in their initial response.
BEST VALUE DETERMINATION: Award will be based on price/technical to determine best value.
IMPORTANT DATES AND TIMES:
A site visit will be held at 9:00 AM CST on Tuesday, 9 September 2025. Interested parties must RSVP no later than COB Monday, 7 September 2025. (If no RSVP is received by this deadline, the site visit will be canceled)
Questions will be due no later than 12:00 PM CST on Wednesday, 10 September 2025.
Answers will be posted on or around 12:00 PM CST on Thursday, 11 September 2025.
Quotes are due no later than 12:00 PM CST on Friday, 12 September 2025.
The following attachments are applicable to this RFQ:
Attachment 1 - Statement of Work
Attachment 2 - Salient Characteristics
Attachment 3 - Wage Determination Rev. 28
Attachment 4 - Provisions and Clauses
Points of Contact (POCs):
Contract Specialist: SrA Jonathan Schrank; Telephone: (318) 456-6840; Email: jonathan.schrank@us.af.mil
Contracting Officer: Thomas Hutchins; Telephone: (318) 456-3729; Email: thomas.hutchins.2us.af.mil