The purpose of this amendment is to extend the response due date and time from 30 July 2024 at 1400 CST to 5 August 2024 at 1400P. Except as provided herein, all other terms and conditions remain unchanged and in full force and effect.
This is a combined synopsis/solicitation for commercial, nonpersonal services prepared in accordance with (IAW) FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
This Solicitation is issued as a Request for Quotes, FA810124Q0017. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05.
The provision at FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, including Addendum, applies to this acquisition. The provision at 52.212-2, Evaluation of Commercial Products and Commercial Services (NOV 2021), including Addendum, applies to this acquisition.
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Product Service Code: V225 -Transportation/Travel/Relocation- Travel/Lodging/Recruitment: Ambulance
NAICS Code: 621910 - Ambulance Services
Place of Performance: 72nd Air Base Wing (ABW), Tinker AFB, OK
The Air Force Sustainment Center’s TAFB Operational Contracting Branch (AFSC/PZIOA) at Tinker Air Force Base, OK has issued this Solicitation as a Request for Quotes to compete and award a single Firm Fixed Price contract using FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures, for the 72nd ABW Civil Engineering (CE) Tinker AFB, OK for paramedic and ambulance services. The solicitation lists a Phase In period to allow contractors to transition into TAFB facilities. The incumbent would not require a Phase In period, however a new contractor will be allowed a Phase In period to end no later than 27 September 2024. Ambulance service Period of Performance (PoP) from 28 September 2024 through 27 September 2025, and one (1) option period from 27 September 2026 through 28 September 2027 to be exercised as needed.
This will be a 100% Small Business set-aside solicited under the North American Industry Classification System (NAICS) code 621910 with a size standard of $22.5M. To be eligible to compete for Small Business set-aside awards, vendors must be certified in accordance with current Small Business Administration (SBA) regulations. To be eligible for award, vendors must be registered as a small business under NAICS 621910 in the System for Award Management. (https://sam.gov/content/home).
Questions are due no later than 2:00 PM CST, 1 August 2024 for the Government to provide a response and allow adequate time for quotes to be submitted.
Questions shall be submitted by email to all of the following points of contact (POC):
Michael A. Shand (PCO) - michael.shand@us.af.mil
Jonathan Payne (Contract Specialist) - jonathan.payne.11@us.af.mil
Sasha N. Lewis (Contract Specialist) - sasha.lewis.1@us.af.mil
The following documents are attached to this solicitation notice:
Attachment 1 – FA810124Q0017 Standard Form 1449
Attachment 2 - PWS, Revision 1
Attachment 3 - FAR 52.121-1 Addendum & Evaluation Factors FAR 52.212-2 Addendum
Attachment 4 - Exhibit A
Attachment 5 - Exhibit B
Attachment 6 - Wage Determination 2015-5315 Rev.23
Attachment 7 - Government Furnished Property (GFP)
Attachment 8 - FA8101-24-Q-0017 Q&A 18 July 2024
Attachment 9 – FA810124Q0017_01 Standard Form 1449
Attachment 10 - FA8101-24-Q-0017 Q&A 2 August 2024, Revision 1
Attachment 11 - Solicitation Amendment FA810124Q00170002 SF 30