This is a combined synopsis/solicitation for 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; quotations are being requested and a written solicitation will not be issued.
The combined synopsis is issued as a Request for Quotation (RFQ) under solicitation number: W50S9B-25-Q-0021.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 (2025).
Small Business Set-Aside: 100% Service-Disabled Veteran-Owned Small Business
Size Standard: $15M
NAICS Code: PROFESSIONAL AND MANAGEMENT DEVELOPMENT TRAINING (611430)
Product or Service Code (PSC): EDUCATION/TRAINING- COMBAT (U013)
Posting Date: 14 July 2025
Response Date: 25 July 2025 12:00PM EST
Contracting Office: Virginia Air National Guard 165 Sweeney Blvd Bldg 768 Langley AFB, VA 23665
Government Points of Contact: Contracting Officer: Orlando Loaiza, orlando.loaiza.1@us.af.mil
Line item number(s) and items, quantities, and units of measure:
CLIN 0001: Evasion Exercise Services
The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary perform a live-environment evasion exercise IAW PWS that provides unit with suitable training areas, human and physical infrastructure, and adaptive scenarios from 11 Aug 2025 – 15 Aug 2025.
QTY: 1 Unit of Issue: Job Unit Price: $____________
CLIN 0001 Total $_____________
Complete submissions include the following documents:
- Price Schedule (page 1 of this document or alternative pricing structure).
- Detailed narrative explains how the Contractor intends to meet Performance Work Statement (PWS) requirements.
- A listing of comparable projects completed during the past three years, both for government and private industry. The type of project, dollar value, contract number, location, proof of successful performance, and customer point of contact information.
ADDENDUM to 52.212-1, Instructions to Offerors – Commercial Items (Sep 2023)
- Addendum to FAR 52.212-1(b), Submission of offers. Offeror shall submit an electronic copy of their dated quote via e-mail to: orlando.loaiza.1@us.af.mil with the solicitation number (W50S9B-25-Q-0021) in the subject block, by July 25, 2025, no later than 12:00 PM EST. Facsimile quotes will not be accepted. Vendors who do not provide all the required information with their quotes may be deemed NON-RESPONSIVE for further consideration for the solicitation and award.
- Addendum to FAR 52.212-1(f), Late submissions, modifications, revisions, and withdrawal of offers. This paragraph is tailored to read as follows: Offerors are responsible for submitting electronic offers by the solicitation due date and time. Offers received after the solicitation due date and time are considered late and will be handled in accordance with FAR 52.212-1(f).
(End of Provision)
ADDENDUM FAR 52.212-2 Evaluation—Commercial Products and Commercial Services (Nov 2021)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
- Price
- Technical Capability/Approach
- Past Performance
Technical and past performance, when combined, are approximately equal to price.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(c) Offerors shall demonstrate their Technical Capability and Approach by providing a detailed narrative that directly addresses their understanding of the PWS requirements and their proposed solution. Mere restatement of the PWS will be considered insufficient. Offerors shall provide specific, detailed information on how they will meet or exceed the following technical requirements in the Performance Work Statement. Offeror shall also include evidence of coordination [such as Memoranda of Understanding (MOUs) or Memoranda of Agreement (MOAs)] with local law enforcement or municipalities as part of the Technical Volume. If coordination has not been processed, offerors may submit draft MOUs/MOAs (or other similar documentation) as long as they also submit evidence of successfully completing similar coordination in the past. Submission of completed MOUs/MOAs will be viewed more favorable.
(d) BASIS FOR CONTRACT AWARD: Three factors will be used to evaluate offerors’ quotes: Overall total price, technical capability/acceptability, and past performance. The contracting officer will award the contract to the best overall offeror, based upon an integrated assessment of price and acceptable technical factors. The assessment shall include a best value assessment between the price, technical, and past performance among the quotes that conform to FAR 52.212-2, and possess acceptable technical capabilities. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer as necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received
-
(End of Provision)
(End of Provision)
List of Attachments:
- Performance Work Statement
- Provision and Clauses
- Wage Determination 2015-6031 Rev 1 dated 30 May 2025
Amendment 1 - PWS was updated to correct numbering of paragraphs. Combo was updated to update ADDENDUM FAR 52.212-2 Evaluation—Commercial Products and Commercial Services (Nov 2021).