Full solicitation is posted in the PIEE Solicitation module. See links for link to solicitation as well as instruction sites for vendor access. ALL AMENDMENTS ARE PUBLISHED / ISSUED IN THE PIEE SOLICITATION MODULE AND MUST BE ACKNOWLEDGED / SIGNED PER 52.212-1 INSTRUCTIONS TO OFFERORS.
The 914th Air Wing located at Niagara Falls Air Reserve Station (NARS), New York, has a requirement to manage and operate the following Base Operations Support (BOS) Services to include all personnel, supervision, equipment, tools, materials, test equipment, supplies, and services necessary to accomplish the following five (5) service functions: (1) (Tab B) Materiel Management - which is defined as consisting of continuous actions that plan, organize, direct, coordinate, control and evaluate the application of resources to ensure the effective and economical support of military bases, providing Materiel Management flight services under the Logistics Readiness Squadron (LRS); (2) (Tab C) Ground Transportation and Vehicle Management which provides accountability management, and maintenance services for the base vehicle fleet, selected registered and non-registered equipment, and transient vehicles; (3) (Tab D) Traffic Management Operations which provide a full range of traffic management services for base organizations, to include day-to-day, exercise and contingency operations; (4) (Tab F) Real Property Maintenance - which provides preventive maintenance (PM) and corrective maintenance (CM) service calls for facility maintenance for all real property, Real Property Installed Equipment (RPIE), and Real Property Similar Equipment (RPSE); and (5) (Tab G) Fuels Management - which provides fuels management services to wing, tenant, and transient organizations, as defined by the Performance Work Statement (PWS).
Offerors are cautioned to read the solicitation in its entirety. This contract is an Indefinite Delivery/Indefinite Quantity (IDIQ) commercial contract. There are Mobilization/De-Mobilization periods of performance. Solicitation/Contract contains Firm-Fixed Priced and Time-and-Material Contract Line-Item Numbers (CLINs). Task orders shall be placed in accordance with (IAW) Task Ordering Procedures. During the life of the IDIQ contract, additional task orders may be awarded as a whole or in part, as various workload or functions may be brought back in-house in lieu of being contracted out. Task orders for Tabs are not guaranteed and will depend on both Government need and contractor performance. Government may award all Tabs under one task order or use multiple task orders. Government is not required to award all Tabs should a Tab no longer be needed or if contractor performance is unsatisfactory in a specific Tab.
The IDIQ contract will be issued on an All-or-None basis. Evaluation of offers will utilize Subjective Tradeoff procedures IAW FAR 15.101-1 with an anticipated award date estimated on or around February 2026.This effort will be 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
Contractors must fully review and comply with FAR Clause 52.212-1, Instructions to Offerors - Commercial Products and Commercial services to include Attachment 18 - 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services Addendum. Offerors are responsible for complying with all instructions within both the clause and addendum.
Contractors must fully review and understand FAR Clause 52.212-2, Evaluation - Commercial Products and Commercial Services to include Attachment 19 - 52.212-2, Evaluation- Commercial Products and Commercial Services Addendum. Offerors are responsible for understanding evaluation criteria in preparing their proposal.
A site visit is scheduled to be conducted at Niagara Falls Air Reserve Station, Building 800, Conference room 1030, on 23 July 2025 at 0900 EDT. A maximum of three (3) individuals per company will be permitted to attend. Offerors wishing to attend will need to submit names of no more than three (3) individuals representing the company. Please be prepared to submit all visitors full names, date of birth, drivers license number, Real ID status, Country of Citizenship and company information to Jacob Burg at jacob.burg.1@us.af.mil and Mary Pyle Platts at mary.pyleplatts@us.af.mil for sponsorship no later than 18 July 2025 at 1300 EDT. See Attachment 26, Base Access Requirements for further details. In order to allow for adequate space and transportation planning, no late submittals will be accepted. Photography guidelines will be provided at the site visit. Should there be any change to the aforementioned date, the government will immediately notify all prospective offerors by way of sam.gov website.
The deadline for any questions, concerns, and/or requests for clarification is 29 July 2025. The Government will not respond to submissions past the deadline. Questions must be submitted via email to Jacob Burg at jacob.burg.1@us.af.mil and Mary Pyle Platts at mary.pyleplatts@us.af.mil. Contractors may utilize Attachment 27 - Question Worksheet to assist with providing questions.
The Governments obligation under this requirement is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this requirement and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
All contractors must be registered in the System for Award Management (SAM) program in order to receive a contract award. Contractors may access the Internet site at: https://sam.gov to register and/or obtain information about the SAM program. Paper copies of the solicitation will not be made available. It is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents.
It is anticipated that access to Controlled Unclassified Information (CUI) will be necessary. Certain identified documents (Attachment 11 - Tab F - CUI Tech Lib 20250128) are not suitable for public release and will be made available upon request. Only offerors meeting the requirements of Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, cybersecurity requirements in National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, Protecting Controlled Unclassified Information in Nonfederal Systems and Organizations and DFARS clause 252.204-7020 NIST SP 800-171 DoD Assessment Requirements, will be granted access to CUI. Offerors NIST assessment results must be documented in the Supplier Performance Risk System (SPRS) at https://www.sprs.csd.disa.mil/. Offerors must have a minimum assessment score of 88 for conditional access to CUI. Offerors may go to the SPRS homepage and use the vendor quick reference guides to complete the process. An SPRS support number may also be found on the bottom of the homepage for assistance on completing the process. Furthermore, if the summary assessment score is less than 110, please ensure the Plan of Action Completion Date shows the most current date of when the remainder of the NIST requirements are expected to be implemented. Additionally, offerors must provide an approved DD2345 to receive CUI documents. Offerors may apply/obtain an approved DD2345 via the Joint Certification Program (JCP). Information about the JCP and application process may be found at https://www.dla.mil/Logistics-Operations/Services/JCP/.
Points of Contact for this requirement are Jacob Burg at jacob.burg.1@us.af.mil and Mary Pyle Platts at mary.pyleplatts@us.af.mil.