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 FA460825QS043 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 561210. The small business size standard is $47M.
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 procure three (3) single post pyramid cantilever and one (1) full hip cantilever at the Main Base pool. This will take place at 335 Daedalus Av #301, Barksdale AFB, LA. 71110 and will perform installation according to Attachment 2 – Statement of Work (SOW) and Attachment 3 – Salient Characteristics and Attachment 4 - Wage Determination.
CLIN 0001 – The Contractor shall provide all labor necessary to install three (3) single post pyramid cantilever and one (1) full hip cantilever in accordance with Attachment 1 – Provisions and Clauses, Attachment 2 – Statement of Work (SOW).
CLIN 0002 – The Contractor shall provide all equipment/ supplies necessary to install three (3) single post pyramid cantilever and one (1) full hip cantilever in accordance with Attachment 1 – Provisions and Clauses, Attachment 2 – Statement of Work (SOW) and Attachment 3 – Salient Characteristics.
PERIOD OF PERFORMANCE:
Base Year: 01 October 2025 – 20 May 2026
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 reviewthe attached Wage Determination. While the Wage Determination may contain language referencing theimplementation of Executive Order 14026 (Increasing the Minimum Wage for Federal Contractors), theapplication of Executive Order 14026 and its implementing regulations under this contract are governed bythe FAR.
As of the date of this solicitation, Federal Acquisition Regulation FAC Number 2025-03, effective January17, 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 theFAR, will be incorporated into any resulting contract.
Although Executive Order 14026 has been rescinded, implementing language and regulationsrescinding FAR 52.222-55 have not been issued. Therefore, FAR 52.222-55 remains in full force andeffect until formally modified or rescinded through the FAR.
Quoters are responsible for understanding and complying with all applicable FAR clauses, including, butnot limited to, FAR clause 52.222-55, as currently in effect. Any inconsistency between the attached WageDetermination 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 theterms and conditions set forth in this information.
1.The provisions FAR 52.212-1 and 52.212-2 apply to this acquisition. For additional instructions andevaluation information, please see Attachment 1.
Quotes shall be submitted in electronic format and emailed to shakera.wilson@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 10:30 AM CST on Tuesday,19 August 2025. Interested parties must RSVP no later than COB Friday, 15 August 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 Thursday, 21 August 2025. Answers will be posted on or around COB Tuesday, 26 August 2025.
Quotes are due no later than 12:00 PM CST on Friday, 29 August 2025.
The following attachments are applicable to this RFQ: Attachment 1- Provisions and Clauses Attachment 2- Statement of Work Attachment 3- Salient Characteristics Attachment 4- Wage Determination Points of Contact (POCs):
Please include both individuals in all communication.
Contract Specialist: SSgt Shakera Wilson; Telephone: (318) 456-3493; Email: shakera.wilson@us.af.mil
SrA Jonathan Schrank (318) 456-6840; Email: jonathan.schrank@us.af.mil
Contracting Officer: Thomas Hutchins; Telephone: (318) 456-3729; Email: thomas.hutchins.2us.af.mil