This is a COMBINED SYNOPSIS/SOLICITATION for a commercial service 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA665625Q0007 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2025-03 (17 Jan 2025) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 12182024 (18 Dec 2024). This solicitation is for full and open competition. The North American Industrial Classification System (NAICS) code for this commercial service is 621999; the small business size standard is $20.5 million.
The 910th AW has a requirement to procure the commercial service listed below.
SCHEDULE OF SUPPLIES/SERVICES:
The purpose of this Blanket Purchase Agreement (BPA) is for services related to reservist and civilian firefighter occupational health exams, civilian new hire physicals, and the associated lab tests in accordance with the attached Statement of Work. In accordance with the statement of work, contractor must document that they have the technical capability to perform the needed services, and the ability to be on-site at the air base as required.
Attached is a bid schedule that may be used for the quotation. If it is not used, all the required information must still be included in the quotation.
The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: http://www.acquisition.gov.
List of applicable provisions:
FAR 52.204-7, System for Award Management
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-17, Ownership or Control of Offeror
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services
FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services
The evaluation factors that will be used to determine award will be lowest price technically acceptable. 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).
FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services
Offerors must include a completed copy of the provision at FAR Part 52.212-3 or have completed the on-line certification at http://www.sam.gov.
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.225-7000, BUY AMERICAN—BALANCE OF PAYMENTS PROGRAM CERTIFICATE—BASIC
FAR 52.252-1, Solicitation Provisions Incorporated by Reference
List of applicable clauses:
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award
FAR 52.204-13, System for Award Management Maintenance
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation
FAR 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment or Voluntarily Excluded
FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services Class Deviation 2025-O0003
FAR 52.222-3, Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies
FAR 52.222-36, Equal Opportunity for Workers with Disabilities
FAR 52.222-41, Service Contract Labor Standards
FAR 52.222-42, Statement of Equivalent Rates for Federal Hires
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.222-55, Minimum Wages Under Executive Order 13658
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer
FAR 52.232-36, Payment by Third Party
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-1, Disputes
FAR 52.233-3, Protest After Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights
DFARS 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING
DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.225-7001, Buy American and Balance of Payments Program - Basic
DFARS 252.225-7048, Export-Controlled Items
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
DFARS 252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.244-7000, SUBCONTRACTS FOR COMMERCIAL PRODUCTS OR COMMERCIAL SERVICES
AFFARS 5352.201-9101, Ombudsman
AFFARS 5352.223-9100, Elimination of Use of Class 1 Ozone Depleting Substances (ODS)
AFFARS 5352.223-9001, Health and Safety on Government Installations
AFFARS 5352.242-9000, Contractor Access to Air Force Installations
FAR 52.252-2, Clauses Incorporated by Reference
Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor’s UEI Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the System for Award Management (SAM) http://sam.gov. Offerors must have a current SAM record prior to receiving an award for this solicitation. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 910 CONF/PK. All quotes must state at a minimum the unit price. Offerors are responsible for ensuring their quote has been received and is legible. Quote must be received by the 910 Contracting Office no later than 10:00 a.m. Eastern Standard Time (EST) on 14 April 2025. Please submit quote via email to ashley.senich@us.af.mil, or by mail to 910th MSG/CONF, BLDG 504, ATTN: Ashley Senich, Youngstown Air Reserve Station, 3976 King Graves Road-Unit 31, Vienna Ohio 44473. If you have any questions or require additional information, please contact Contract Specialist Ashley Senich at (330) 609-1523 or ashley.senich@us.af.mil or Contracting Officer Jasmine Corpa at (330) 609-1698 or jasmine.corpa@us.af.mil.
Government’s intent is to award a single Blanket Purchase Agreement (BPA) between the Government and the Contractor, to the lowest price technically acceptable offer. This notice does not obligate the government to award a BPA, nor does it obligate the government to pay for any quotation preparation costs.
A Blanket Purchase Agreement (BPA) is a simplified method of filling anticipated repetitive needs for supplies or services by establishing “charge accounts” with qualified sources.
It is the Government’s intention to make payment via the Government Purchase Card (GPC)-VISA. Establishment of a BPA with the Government is not a guarantee of any calls being placed, however, it is not the Government’s policy to set up a BPA if it does not intend to use it.
Contracting Office Address:
Youngstown Air Reserve Station
910 CONF/PK
3976 King Graves Rd-Unit 31
Vienna, OH 44473-5931
Place of Delivery/Acceptance:
910 AW/MDS
3976 King Graves Rd.
Vienna, OH 44473-5931
Point of Contact:
910 CONF/PK Unit 31
3976 King Graves Rd.
Vienna, OH 44473-5931