****Amendment 01. Solicitation FA460825QS038 has been issued to provide the Government's answers to the questions submitted in accordance with the timeline identified in the solicitation. Amendment 01 can be located in the attachments.****
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 FA460825QS038 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 2025-04) as of 11 June 2025. This is a set aside for 100% small business and the associated North American Industry Classification (NAICS) number is 332321. The small business size standard is 750 people.
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 is to provide the replacement and removal of existing hangar steel rolling door, while utilizing the existing motor system, located in Bldg 6227 on Barksdale AFB, LA. This requirement will be in accordance with Attachment 1-Provisions and Clauses, Attachment 2 – Statement of Work (SOW) and Attachment 3 – Wage Determinations.
CLIN 0001 – The Contractor shall provide all labor and supplies necessary to replace and remove existing hangar roll-up door, while utilizing existing motor system in accordance with Attachment 2-Statement of Work.
PERIOD OF PERFORMANCE:
Base Year: 16 July 2025 – 16 Aug 2025
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)
Notice to Offeror(s)/Supplier(s): 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.
IMPORTANT (MUST READ):
1. This solicitation is subject to the Federal Acquisition Regulation (FAR). Quoters should carefully review the attached Wage Determination. While the Wage Determination may contain language referencing the implementation of Executive Order 14026 (Increasing the Minimum Wage for Federal Contractors), the application of Executive Order 14026 and its implementing regulations under this contract are governed by the FAR.
As of the date of this solicitation, Federal Acquisition Regulation FAC Number 2025-04, effective June 11, 2025, has not issued any amendments to FAR clause 52.222-55. Therefore, FAR clause 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026, as currently in effect under the FAR, will be incorporated into any resulting contract.
Although Executive Order 14026 has been rescinded, implementing language and regulations rescinding FAR 52.222-55 have not been issued. Therefore, FAR 52.222-55 remains in full force and effect until formally modified or rescinded through the FAR.
Quoters are responsible for understanding and complying with all applicable FAR clauses, including, but not limited to, FAR clause 52.222-55, as currently in effect. Any inconsistency between the attached Wage Determination and the requirements of FAR clause 52.222-55 shall be resolved in favor of the FAR clause.
By submitting a quote in response to this solicitation, the quoter acknowledges and agrees to the terms and conditions set forth in this information.
2. 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 ruquayyah.ervin@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 1:00 PM CST on Tuesday, 8 July 2025. Interested parties must RSVP no later than COB Monday, 7 July 2025 to ruquayyah.ervin@us.af.mil. (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, 9 July 2025.
Answers will be posted on or around 4:00 PM CST on Thursday, 10 July 2025.
Quotes are due no later than 4:00 PM CST on Friday, 14 July 2025.
The following attachments are applicable to this RFQ: Attachment 1, Provisions and Clauses Attachment 2, Statement of Work, dated 2 July 2025 Attachment 3, Wage Determinations
Points of Contact (POCs):
Contract Specialist: Quaya Ervin; Telephone: (318) 456-2201; Email: ruquayyah.ervin@us.af.mil
Contracting Officer: Dana Woodard; Telephone: (318) 456-6889; Email: dana.woodard.3@us.af.mil