- This is a combined synopsis/solicitation for commercial products or 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; proposals are being requested and a written solicitation will not be issued. PLEASE READ: This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make an award. If funds become available for award, and prices are deemed fair and reasonable, it is the Government's intent to make an award. This is not a commitment of funds or contract award. All quotes provided shall be marked “Quote current until 30 September 2025.”
(ii) This solicitation, W50S7T-25-R-A010 is being issued as a Request for Proposal (RFP).
- This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04, effective 11 June 2025.
- This solicitation is a total small business set-aside. The associated North American Industry Classification System (NAICS) code is 562111 and the small business size standard is $47.0M. The contracting officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS.
(v) Commercial Item Descriptions:
CLIN0001 (Base) - Provide refuse collection service in accordance with the attached Performance Work Statement (PWS). Period of Performance: 1 Sep 2025 - 31 Aug 2026; Qty: 12 Months
CLIN0002 (Base) - Provide paper collection service in accordance with the attached Performance Work Statement (PWS). Period of Performance: 1 Sep 2025 - 31 Aug 2026; Qty: 12 Months
CLIN0003 (Base) - Rental fee for the construction dumpster in accordance with the attached Performance Work Statement (PWS). Period of Performance: 1 Sep 2025 - 31 Aug 2026; Qty: 12 Months
CLIN1001 (Option) - Provide refuse collection service in accordance with the attached Performance Work Statement (PWS). Period of Performance: 1 Sep 2026 - 31 Aug 2027; Qty: 12 Months
CLIN1002 (Option) - Provide paper collection service in accordance with the attached Performance Work Statement (PWS). Period of Performance: 1 Sep 2026 - 31 Aug 2027; Qty: 12 Months
CLIN1003 (Option) - Rental fee for the construction dumpster in accordance with the attached Performance Work Statement (PWS). Period of Performance: 1 Sep 2026 - 31 Aug 2027; Qty: 12 Months
CLIN2001 (Option) - Provide refuse collection service in accordance with the attached Performance Work Statement (PWS). Period of Performance: 1 Sep 2027 - 31 Aug 2028; Qty: 12 Months
CLIN2002 (Option) - Provide paper collection service in accordance with the attached Performance Work Statement (PWS). Period of Performance: 1 Sep 2027 - 31 Aug 2028; Qty: 12 Months
CLIN2003 (Option) - Rental fee for the construction dumpster in accordance with the attached Performance Work Statement (PWS). Period of Performance: 1 Sep 2027 - 31 Aug 2028; Qty: 12 Months
CLIN3001 (Option) - Provide refuse collection service in accordance with the attached Performance Work Statement (PWS). Period of Performance: 1 Sep 2028 - 31 Aug 2029; Qty: 12 Months
CLIN3002 (Option) - Provide paper collection service in accordance with the attached Performance Work Statement (PWS). Period of Performance: 1 Sep 2028 - 31 Aug 2029; Qty: 12 Months
CLIN3003 (Option) - Rental fee for the construction dumpster in accordance with the attached Performance Work Statement (PWS). Period of Performance: 1 Sep 2028 - 31 Aug 2029; Qty: 12 Months
CLIN4001 (Option) - Provide refuse collection service in accordance with the attached Performance Work Statement (PWS). Period of Performance: 1 Sep 2029 - 31 Aug 2030; Qty: 12 Months
CLIN4002 (Option) - Provide paper collection service in accordance with the attached Performance Work Statement (PWS). Period of Performance: 1 Sep 2029 - 31 Aug 2030; Qty: 12 Months
CLIN4003 (Option) - Rental fee for the construction dumpster in accordance with the attached Performance Work Statement (PWS). Period of Performance: 1 Sep 2029 - 31 Aug 2030; Qty: 12 Months
The contractor is to provide all personnel, management, tools, equipment, materials, supplies, transportation, labor, and supervision necessary to provide Refuse Service in accordance with the Solicitation, Performance Work Statement, QASP and Attachment 1 to QASP, Tech Exhibit, and AF Form 66.
(vi) The vendor will provide Refuse Services for the 182nd Airlift Wing for a base year and four option years. Contractor is required to provide non-personal services, to include all personnel, equipment, tools, management, supervision, transportation, quality control, and other items and services necessary to ensure that refuse service is provided in accordance with all solicitation requirements. The Government intends to award one Firm Fixed Price contract to the offeror who offers the best value to the Government. Best value considerations will be based on Performance Price Tradeoff (PPT). The Government will evaluate all submitted responses in accordance with the submissions and evaluation criteria described herein as part of a Combined Synopsis/ Solicitation Process. The purpose of this description is to establish a uniform submission and evaluation procedure for the technical evaluation of responses by the Government and the development of a Best Value Decision. In as much, the submittal shall describe the capability of the Offeror to perform the requirements and be specific and complete. The offer should be prepared simply and economically, providing a straightforward and concise description of capabilities to satisfactorily perform all requirements. The offer should be practical, legible, clear, and coherent. The Contracting Officer will award a contract to the responsible Offeror whose submittals conforms to the solicitation/synopsis and offers the best overall value to the Government. The Government will not award a contract to an Offeror whose submittal does not adhere to submission requirements. The contract will be for no more than five years.
(vii) The services will be provided at the 182 Airlift Wing in Peoria, IL following a notice of award for Refuse Services issued for a start date of 1 Sep 2025.
(viii) The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services, applies to this acquisition and a statement regarding any addenda to the provision. The addendum for this provision is as follows:
-
- Responders should include all documents and information requested, submitted in accordance with the instructions herein.
2) Proposals shall be submitted prior to the close date and time of 18 August 2025 12:00 PM CST. Send an email with the quotation to the following Contracting Officers: 1st Lt Nicholas Marzinzik at nicholas.marzinzik@us.af.mil and SMSgt Benjamin B. Yeutson at benjamin.yeutson@us.af.mil
3) All questions regarding this RFP shall be submitted via email to: 1st Lt Nicholas Marzinzik at nicholas.marzinzik@us.af.mil and SMSgt Benjamin B. Yeutson at benjamin.yeutson@us.af.mil. All questions are due by 15 August 2025 by 12:00 PM CST. The Government is not obligated to answer questions.
4) The submission of the documentation specified below will constitute the offeror’s acceptance of the terms and conditions of the description of requirement in the RFP. Questions should be posted by the due date listed above. It is the Government’s intention to award without discussion. Offerors are encouraged to present their best proposal and prices in their initial submission. The Government reserves the right to hold discussions.
5) NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum.
Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency’s Protest Decision Authority, but not both, in accordance with NG protest procedures.
To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below:
National Guard Bureau
Office of the Director of Acquisitions/ Head of Contracting Activity
ATTN: NGB-AQ-O
111 S. George Mason Dr.
Arlington, VA 22204
Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil
All other agency-level protests should be sent to the Contracting Officer for resolution at the address in the solicitation. See FAR clause 52.233-2.
NG Public-facing, general Protest information is found at:
https://www.nationalguard.mil/Leadership/Joint-Staff/Special-Staff/Director-of- Acquisitions/
Directorate of Acquisitions information for the contracting enterprise is found at:
https://gko.portal.ng.mil/ngb/STAFF/D01/D01/OI/Protests%20and%20Complaints/Forms/AllItems.aspx
ADDENDUM TO 52.212-1 - INSTRUCTIONS TO OFFERORS PROPOSAL PREPARATION INSTRUCTIONS
A. To assure timely and equitable evaluation of Proposals, offerors must follow the instructions contained herein. Proposals must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors shall assume that the Government has no prior knowledge of their experience, and will base its evaluation on the information presented in the Offeror's Proposal.
1. Volume I - Past Performance
2. Volume II – Technical Capability (Limited to 10 pages)
3. Volume III – Price
B. SPECIFIC INSTRUCTIONS:
1. In regards to all parts: Only ELECTRONIC PROPOSALS WILL BE ACCEPTED. All Proposals must be received by the contracting office no later than the offerors due date and time listed in block 8 of the SF 1449. All questions regarding the solicitation, to include the Performance Work Statement, are due by 15 August 2025 by 12:00 PM CST. The Government is not obligated to answer questions.
Offerors are responsible for submitting Proposals, and any revisions, and modifications, so as to reach the
Government office designated in the solicitation by the time specified in the solicitation. Any proposal,
modification, or revision received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and—(1) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 4:00 p.m. one working day prior to the date specified for receipt of proposals; or (2) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or (3) It is the only proposal received. However, a late modification of an otherwise successful proposal that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the proposal wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt of
proposals by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Proposals may be withdrawn by written notice received at any time before award. Proposals may be withdrawn in person by an offeror or an authorized representative, if the identity of the person requesting withdrawal is established and the person signs a receipt for the proposal before award. Offerors may submit modifications to their proposals at any time before the solicitation closing date and time, and may submit modifications in response to an amendment, or to correct a mistake at any time before award. Offerors may submit revised proposals only if requested or allowed by the Contracting Officer. Proposals may be withdrawn at any time before award. Withdrawals are effective upon receipt of notice by the Contracting Officer. Offer expiration date. Proposals in response to this solicitation will be
valid for 60 days.
b. Electronic Proposals may be e-mailed to nicholas.marzinzik@us.af.mil and benjamin.yeutson@us.af.mil.
c. Ensure your submission is not larger than 10 megabytes. If your file is larger than 10 megabytes break the
email into smaller files and send them individually. Example: (INSERT COMPANY NAME, Solicitation
Number (W50S7T-25-R-A010), EMAIL 1 of 3 etc).
2. The Contractor shall ensure that all contract correspondence for Parts I, II, and III, font must be Times New
Roman, size 12.
3. Documents submitted in response to this Request for Proposal (RFP) must be fully responsive to and consistent with the following:
a. Requirements of the RFP Contract Line Items (CLIN).
b. Evaluation Factors for Award at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), of this RFP and its addendum.
4. Offerors will clearly identify any exception to the solicitation terms and conditions and provide complete
accompanying rationale.
5. Offerors will submit all parts to be technically accurate with valid pricing for a period of a minimum of 60 days
past the posted solicitation close date.
C. ORGANIZATION:
- VOLUME I: PAST PERFORMANCE
a. Past performance is a measure of the degree to which an Offeror, as an organization, has in the past 3 years
satisfied its customers, and efficiently and effectively managed their contracts, on projects of similar scope and
magnitude. Past performance history shall be used to gauge the level of risk. An Offeror’s past performance will be
assessed as very relevant, relevant, somewhat relevant, or not relevant. Very relevant shall mean that present or past
performance effort involved essentially the same scope and magnitude of effort and complexities that this
solicitation requires. Relevant shall mean that present or past performance effort involved similar scope and
magnitude of effort and complexities this solicitation requires. Somewhat relevant shall mean that present or past
performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires.
Not relevant shall mean that present or past performance effort involved little or none of the scope and magnitude of
effort and complexities this solicitation requires. The results may be utilized to determine the Offeror’s rating on
past projects with Government or other customers. Offeror’s with no relevant performance history or for whom
information on past performance is not available will receive a neutral rating. Offerors must either provide the below
information or affirmatively state that it possesses no relevant, directly related, or similar past performance. In
addition, the vendor shall provide a list of current and/or previous electronic technician service contract numbers to
include contracting officer names and phone numbers.
b. The Offeror shall provide up to three (3) relevant projects or contracts that include the following information:
i. Government Agency/Company who awarded the contract
ii. Contract Number
iii. Description of Services
iv. Contract Value
v. Period of Performance
vi. Place of Performance
vii. Contract Type
viii. Current POC with current email address and phone number
c. Failure to meet these requirements renders an offeror “non-responsive” and ineligible for award.
- VOLUME II - TECHNICAL CAPABILITY (Proposal is limited to 10 single pages, exclusive of table of contents, tabs, and dividers. Pages in excess of the limit will not be evaluated)
a. The Technical Factor Ratings, excerpted focus on the strengths, deficiencies, weaknesses, risks and
uncertainties of the offeror's proposal. The color rating depicts how well the offeror’s proposal meets the
Technical sub-factor requirements.
b. The Technical Proposal shall be a stand-alone document containing all information necessary for the
Government to perform a complete technical evaluation. In evaluating the technical Proposal, the
Government will only consider information contained in the technical Proposal itself. Information
contained in any other part or Proposal submitted under this solicitation or in other documents will not be
considered.
c. Offerors shall provide literature (to include organizational chart(s)), schedules, proof of training, any
other pertinent information on their technical capability and comprehension in the elements listed below:
i. Sub-Factor 1 – Project Team Experience and Capability - The elements in subfactor
1 are of equal importance. Using the information in Technical Proposal, and the projects/contracts discussed and listed in the Past Performance, the Government will evaluate the extent of related experience, and determine to what degree the offeror has the experience and capability to manage a refuse collection project comparable to the work
requirements of this solicitation. Accordingly, higher ratings can be achieved by offerors whose projects
more closely resemble the scope, size, and complexity of this solicitation’s requirements. The Government will evaluate the offeror’s understanding of the contract requirements and determine to what degree their technical and administrative capabilities, proposed organization and management plan are adequate to meet contract requirements. To be considered adequate, the Experience and Capability proposal must address the full spectrum of activities involved in the management of a resulting contract in a manner that gives the Government confidence that the offeror understands all of the requirements. An adequate proposal will include the information necessary to give the Government confidence of the offeror’s ability to successfully perform complete project management of the scope requirements. Proposal must demonstrate adequate quality control processes to give the government confidence of the offeror’s ability to successfully manage the material submittal process, and ensure subcontractor compliance with contract documents.
Proposal must demonstrate, as a minimum, that the following key personnel: Project Manager, Site
Superintendent(s) (if applicable), Quality Control Manager, and Safety Representative, have experience in managing
projects/contracts of the same/similar dollar magnitude, size, complexity and scope, in the capacity in
which they are proposed for this project.
ii. Sub-Factor 2 - Quality Control - The proposal narrative demonstrates that the quality control staff, with
lines of authority are adequate to meet the contract’s requirements. The proposed Quality Control answers
should provide a detailed explanation of how quality issues are dealt with on various types of refuse
projects and as a minimum, meetings, inspections, submittal reviews, correction of non-compliant work and
how you intend to ensure non-recurrence and reporting of quality problems to Government officials.
(Note: A Quality Control Plan is not required with this proposal).
iii. Sub-Factor 3 – Schedule Management - The Schedule itself is not subject to page limits. The offeror shall provide a schedule that demonstrates an offerors understanding of the requirements.
iv. Sub-Factor 4 – Subcontractor Management – Proposal demonstrate understanding of FAR 52.219-14, Limitations on Subcontracting. Specifically, does small business prime contractor actually perform the bulk of work and is not a pass-through entity. Small business prime must demonstrate that prime contractor will not pay more than 50% of the cost of the contract performance incurred for personnel to subcontractors that are not similarly situated entities.
- A "similarly situated entity" is a small business subcontractor that is also small under the NAICS code assigned to the prime contract and is in the same socio-economic category (e.g., if the prime is an SDVOSB, the sub must also be an SDVOSB).
- Work performed by "similarly situated entities" counts towards the prime's percentage. So, if your small business prime subcontracts to another small business that qualifies as "similarly situated," that work does not count against the 50% limitation.
- Work performed by large businesses or small businesses that are not similarly situated does count against the 50% limitation.
v. Sub-Factor 5 – Environmental Requirements. Proposal shall demonstrate an understanding of PWS requirement 5.2. Contractor will weigh the recycling truck, on GOV scale, when they arrive and when they leave the base, indicating the quantity by weight of recycling generated and removed from the base.
- VOLUME III –- PRICE PROPOSAL
a. The Price Quote must be a separate volume. Complete blocks 12, 17a, 17b, 30a, 30b, and 30c of the Request
for Proposal (RFP) SF 1449. In doing so, the offeror agrees to the contract terms and conditions as written in the
RFQ.
b. Insert the proposed unit and extended prices in the pricing schedule for each contract line item (CLIN)
including all option periods.
c. Complete the necessary fill-ins and certifications at clause 52.212-3 – Offeror Representations and
Certification – Commercial Items, 252.212-7000 - Offeror Representations And Certifications- Commercial
Items. The representations and certifications shall be returned in their entirety.
d. Acknowledgement of any solicitation amendments.
- (end of provision)
(ix) The provision at 52.212-2, Evaluation -- Commercial Items, is applicable. Basis for award is trade-off. The Government intends to make a single firm-fixed price award. The following commercial item is requested in this solicitation: Refuse Services
- The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors listed in their relative order of importance, shall be used to evaluate offers:
1. Past Performance
2. Technical Capability
3. Price
Past Performance and Technical Capability, when combined, are significantly more important than price.
(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).
(c) 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.
ADDENDUM to 52.212-2 EVALUATION – COMMERCIAL ITEMS (OCT 2014)
(a) Source Selection Using the Trade-Off Process. An evaluation for acceptability will be performed on each
proposal in accordance with FAR 15.101-1(b)(1-3). The proposal that provides an acceptable past performance, is
technically acceptable in all factors at the lowest price will be selected for award. To be considered technically
acceptable, no technical factor in the proposal may be determined to be unacceptable. The failure of a proposal to
meet any of the factors will result in a technically unacceptable rating and preclude award. Award will be made on
the basis of the best perceived benefits that merit the additional cost when considering past performance, technical
acceptability, and price. Tradeoffs are permitted. Proposals are evaluated for acceptability and ranked using noncost/
price factors. This award selection will be conducted using the Trade-Off procedures (as specified herein) from
the policies and procedures contained in FAR 15.101-1.
1. Trade-Off process: A trade off process is appropriate when it may be in the best interest of the Government to
consider award to other than the lowest-priced offeror or other than the highest technically rated offeror.
- Government will eliminate non-compliant offers.
b. The Government will review past performance as a measurement of degree to which an Offeror, as an
organization, has in the past 3 years satisfied its customers, and efficiently and effectively managed their contracts,
on projects of similar scope and magnitude. Past performance history shall be used in determining an Offeror’s
rating.
c. Award will be made to the most acceptable offer determined to be reasonable and responsible which permits
tradeoffs among cost or price and non-cost factors and allows the Government to accept other than the lowest priced
proposal. The perceived benefits of the higher priced proposal shall merit the additional cost.
d. The Government reserves the right to refrain from awarding to any contractor in the event that all Offerors
progressing beyond the technically acceptable evaluation are determined to have offered pricing that is not
considered realistic, reasonable, or complete. The award shall be based on what the Government determines to be
the best trade-off between cost or price factors and non-cost or price factors. To arrive at an award decision, the
Contracting Officer (KO) will integrate the Technical Team results based on the factors described
in the paragraphs that follow. To be eligible for award, a proposal must meet all technical, eligibility and past
performance requirements, conform to all required terms and conditions, and follow submission instructions in FAR
52.212-1, and its addendum.
1. FACTOR 1 – PAST PERFORMANCE - Past performance is a measure of the degree to which an Offeror, as an
organization, has in the past 3 years satisfied its customers, and efficiently and effectively managed their contracts,
on projects of similar scope and magnitude. Past performance history shall be used to gauge the level of risk. An
Offeror’s past performance will be assessed as very relevant, relevant, somewhat relevant, or not relevant. Very
relevant shall mean that present or past performance effort involved essentially the same scope and magnitude of
effort and complexities that this solicitation requires. Relevant shall mean that present or past performance effort
involved similar scope and magnitude of effort and complexities this solicitation requires. Somewhat relevant
shall mean that present or past performance effort involved some of the scope and magnitude of effort and
complexities this solicitation requires. Not relevant shall mean that present or past performance effort involved little
or none of the scope and magnitude of effort and complexities this solicitation requires. The results may be utilized
to determine the Offeror’s rating on past projects with Government or other customers. Offeror’s with no relevant
performance history or for whom information on past performance is not available will receive a neutral rating. A
neutral rating will be evaluated as a “pass” for the purposes of determining technical acceptability. In the
investigation of an Offeror’s past performance, the Government has the right to contact former customers,
government agencies, and other private and public sources of information. Offerors must either provide the below
information or affirmatively state that it possesses no relevant, directly related, or similar past performance. In
addition the vendor shall send past performance questionnaires to three relevant customers.
a. The Offeror shall provide up to three (3) relevant projects or contracts that include all of the following
information:
i. Government Agency/Company who awarded the contract
ii. Contract Number
iii. Description of Services
iv. Contract Value
v. Period of Performance
vi. Place of Performance
vii. Contract Type
viii. Current POC with current email address and phone number
- Failure to submit all of the above information will render the Offeror non-compliant and ineligible for award.
- STANDARD:
- FACTOR 2 - TECHNICAL CAPABILITY
a. The Technical Factor Ratings, excerpted below focus on the strengths, deficiencies, weaknesses, risks and
uncertainties of the offeror's proposal. The color rating depicts how well the offeror’s proposal meets the Technical
sub-factor requirements.
b. If a contractor’s technical proposal is determined to be unacceptable, the Offeror will be excluded from further
consideration and will not be considered for award.
c. The Technical Team will rate the technical quotations according to the chart listed below for all of the sub-factors:
3. FACTOR 3 – PRICING
a. Offerors shall provide PRICING Factor requirements in accordance with specifications detailed in FAR 52.212-1
(Instructions to Offerors-Commercial) in this solicitation.
b. Price will be evaluated to determine if it is complete, fair and reasonable. The Government may determine that an
offer is unacceptable if the prices are significantly unbalanced. The Government will evaluate pricing factors by the
price provided by the company to determine whether they are realistic for the work to be performed, reflect a clear
understanding of the requirements, and are consistent with the information provided by the Offeror. The Offeror
may be required to confirm its price on a CLIN, element, or total price basis, and/or provide additional information
in support of their price, prior to contract award at the Government’s request and discretion.
c. Failure to comply with all pricing factors in accordance with specifications detailed in FAR 52.212-1 (Instructions
to Offerors-Commercial) in this solicitation may render the Offeror ineligible for award.
(End of provision)
(x) A successful offeror shall include a completed copy of the provision at 52.212-3 Alt-1, Offeror Representations and Certifications -- Commercial Items, with its offer and address the items listed within the addenda of this provision.
(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are applicable to the acquisition, which can be found in the Solicitation document.
(xiii) A statement regarding any additional contract requirement(s) or terms and conditions are included within the Performance Work Statement.
(xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation.
(xv) Offers are due on 18 August 2025 12:00 PM CST. Offers shall be submitted by email only to nicholas.marzinzik@us.af.mil & benjamin.yeutson@us.af.mil. Questions regarding this solicitation may be emailed to the point of contact above and submitted not later than 15 August 2025 by 12:00 PM CST.
(xvi) Information regarding the solicitation may be directed to the point of contact noted above.