*** 22 JULY 2025 - FINAL QUESTION/ANSWER DOCUMENT POSTED (THIS REPLACES THE DOCUMENTS POSTED 14 JULY AND 15 JULY). IN SUPPORT OF THIS, ATTACHMENTS 1 AND 3 HAVE BEEN REVISED, AND ATTACHMENT 7 (SF1449) HAS BEEN ADDED. RESPONSE DATE REMAINS 28 JULY 2025. ***
----------------------------------------------------------------------------
*** 15 JULY 2025 - UPDATED QUESTION/ANSWER DOCUMENT POSTED (THIS REPLACES THE DOCUMENT POSTED 14 JULY). ALSO, PLEASE NOTE THAT THE RESPONSE DATE HAS BEEN EXTENDED TO 28 JULY 2025. NO QUESTIONS WILL BE ACCEPTED AFTER 3:00 EDT ON 18 JULY 2025. ***
----------------------------------------------------------------------------
*** 14 JULY 2025 - QUESTION/ANSWER DOCUMENT POSTED. PLEASE USE THIS INFORMATION IN DEVELOPING ANY RESPONSE TO THIS SOLICITATION. SHOULD FURTHER QUESTIONS BE RECEIVED, THIS DOCUMENT WILL BE UPDATED AND ANOTHER NOTE MADE HERE. ***
-----------------------------------------------------------------------------
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Offers are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.
Solicitation FA875125Q0064 is issued as a request for quotation (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20250117.
See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.
This procurement is being issued as a total small business set-aside under NAICS code 811210 and employees, or average annual receipts of $34,000,000.00.
The contractor shall provide all personnel, labor, equipment, tools, materials, supervision, travel, periodic inspections, minor repair, and other services necessary to provide maintenance for the operation of multiple vehicle barrier systems for AFRL Rome Research Site. (See Attachment 1- Performance Work Statement (PWS), Attachment 2 - AFRL Rome Equipment List, Attachment 3 – Pricing Schedule and Attachment 4 - Equipment Information & Drawings for detailed information.)
The anticipated Period of Performance is 16 July 2025 -15 January 2031:
Base Contract: 16 July 2025 -15 July 2026 (12 Months)
Option Year 2: 16 July 2027-15 July 2028 (12 Months)
Option Year 3: 16 July 2028-15 July 2029 (12 Months)
Option Year 4: 16 July 2029-15 July 2030 (12 Months)
Option Year 5: 16 July 2030-15 January 2031 (6-Month extension)
If necessary, any deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point are:
- Rome Research Site Main Gate, 304 Brooks Road, Rome NY 13440
- Stockbridge Test Annex, 5251 Burleson Road, Oneida NY 13421
- Newport Irish Hill Test Annex, 391 Lindsay Road, Poland NY 13431
- Newport Tanner Hill Test Annex, 208 Tower Road, Newport NY 13416
The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services, applies to this acquisition.
Addendum to the following paragraphs of 52.212-1 are:
(b) Written quotes are due at or before 3:00PM (Eastern Standard Time) 28 July 2025. In order to be considered for award, quotes shall be submitted to Jennifer Calandra (jennifer.calandra@us.af.mil) and John Haberer (john.haberer@us.af.mil). Offerors are encouraged to submit their proposals/quotes using Attachment 3- Pricing Schedule and the SF 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services.
(b)(4) Submit a technical description of the items being offered.
(b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information).
(b)(11) If the offer is not submitted on a SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations, information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(g) Contract award. 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 to be necessary. The Government may reject any or all offers if such action is in the public interest; and waive informalities and minor irregularities in offers received.
The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:
(i) Price- The quotations will be ranked according to their total evaluated price (TEP) as identified by contract line-item total pricing. The Government will evaluate offers for award purposes by adding the total price for all CLINs for the required period of performance.; and
(ii) Past Performance- The lowest total evaluated priced, technically acceptable offeror’s past performance will be evaluated on an Acceptable/Unacceptable basis. In determining acceptable past performance, AFRL/RIKO will independently obtain data from other Government and commercial sources in order to consider an Offeror's history of compliance with delivery schedules, order support, and general customer satisfaction.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
All evaluation factors other than price, when combined, are equal to price. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004), as well as the following:
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation
For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 5)
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition.
Addenda to the following paragraphs of 52.212-4 are:
The clause at 52.217-8, Option to Extend Services, applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor prior to the end of the contract.
The clause at 52.217-9, Option to Extend the Term of the Contract applies to this acquisition as follows: (a) The Government may extend the term of this contract by written notice to the Contractor before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years 6 months.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004) applies to this acquisition.
The following additional FAR clauses cited are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities
(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment .
(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
(5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
(6) 52.233-3, Protest After Award
(7) 52.233-4, Applicable Law for Breach of Contract Claim
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-27, Prohibition on a ByteDance Covered Application
52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-19, Child Labor—Cooperation with Authorities and Remedies (
52.222-35, Equal Opportunity for Veterans
52.222-36, Equal Opportunity for Workers With Disabilities
52.222-37, Employment Reports on Veterans
52.222-50, Combating Trafficking in Persons
52.223-23, Sustainable Products and Services
52.225-13, Restrictions on Certain Foreign
52.225-26, Contractors Performing Private Security Functions Outside the United
52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33, Payment By Electronic Funds Transfer—System For Award Management
52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities
52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:
52.222-41, Service Contract Labor Standards
52.222-42, Statement of Equivalent Rates for Federal Hires (See Attachment 6 – Wage Determination for more information)
This Statement is for Information Only:
It is not a Wage Determination
Employee Class Monetary Wage -- Fringe Benefits
23160 ELECTRICIAN, MAINTENANCE
$29.64 + $5.36 = $35.00
23183 ELECTRONICS TECHNICIAN MAINTENANCE III
$32.10 + $5.36 = $37.46
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment
52.222-55, Minimum Wages Under Executive Order 14026
52.222-62, Paid Sick Leave Under Executive Order 13706
The following additional FAR and FAR Supplement provisions and clauses also apply:
52.204-7 System for Award Management
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
52.204-21, Basic Safeguarding of Covered Contractor Information Systems
52.204-22, Alternative Line Item Proposal
52.247-34, FOB Destination
52.252-1 Solicitation Provisions Incorporate by Reference
52.252-2 Clauses Incorporated by Reference
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights.
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7004 DoD Antiterrorism Awareness Training for Contractors
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7020, Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7024, Notice on the Use of the Supplier Performance Risk System
252.205-7000, Provision of Information to Cooperative Agreement Holders
252.223-7008, Prohibition of Hexavalent Chromium
252.223-7997 Prohibition on Procurement of Certain Items Containing
Perfluorooctane Sulfonate or Perfluorooctanoic Acid - Representation (DEVIATION 2022-O0010)
252.223-7998 Prohibition on Procurement of Certain Items Containing
Perfluorooctane Sulfonate or Perfluorooctanoic Acid (DEVIATION 2022-O0010)
252.225-7012, Preference for Certain Domestic
252.225-7048 Export-Controlled Items
252.225-7055, Prohibition Regarding Business Operations with the Maduro Regime
252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime
252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation
252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region
252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems
252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation
252.225-7980, Contractor Personnel Performing in the United States Africa
252.227-7015, Technical Data--Commercial Products and Commercial Services
252.227-7037, Validation of Restrictive Markings on Technical Data
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000, Subcontracts for Commercial Products and Commercial Services
252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations
252.246-7008, Source of Electronic Parts
252.247-7023, Transportation of Supplies by Sea – Basic
5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is: Ombudsman: AFRL/PK Director, Alternate Ombudsman: AFRL/PK Deputy Director, 1864 Fourth Street, WAFB OH 45433, Phone: (937) 904-9700, FAX: (937) 656-7321, Email: afrl.pk.workflow@us.af.mil
5352.223-9001, Health and Safety on Government Installations
5352.242-9000 Contractor Access to Department of the Air Force Installations
252.237-7023 Continuation of Essential Contractor Services