AMENDMENT 1:
The purpose of this amendment is to include government questions and answers in Attachment 6 - Government Q & A and extend the solicition due date to Tuesday, 16 Sept 2025 @ 1:00PM MST.
Combined Synopsis/ Solicitation Number: FA461325Q1053
Purchase Description: COMBAT ARMS Range Cleaning Service
This announcement constitutes the only solicitation/ notice; responses/ quotes are being requested, further written or oral solicitation will not be issued. This solicitation will be a competitive 8(a) set-aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461325Q1053, as a Request for Quotation using FAR Part 12, Acquisition of Commercial Services, FAR Part 13; Simplified Acquisition Procedures; and FAR Part 37, Service Contracting. The North American Industrial Classification System (NAICS) code for this procurement is 562910-Remediation Services with a small business standard of $25M.
The Government intends to award a Firm Fixed-Price contract. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations FAC Number 2025-05 effective 7 August 25 Defense Federal Acquisition Regulation Supplement Change Number DFARS Change 01/17/2025 effective 17 January 25, and Department of the Air Force Federal Acquisition Regulation Supplement Change Number DAFAC 10/16/2024 effective 16 October 24.
DESCRIPTION OF ITEMS/ SERVICE: All CLINS F.O.B Destination
In accordance with the Performance Work Statement, the contractor shall provide all management, personnel, tools, equipment, labor, and transportation necessary (to include High Efficient Particulate Air (HEPA) vacuums, power washers, waste containers/barrels, cleaning solutions/other cleaning materials, and other items/services) to perform range cleaning and maintenance services at F. E. Warren Air Force Base, Bldg 1591, Cheyenne, WY.
CLIN STRUCTURE:
CLIN 0001 CATM Quarterly Cleaning Quantity 1 JOB
PLACE OF PERFORMANCE:
While the main office located at 7800 Central Ave, Cheyenne, WY, 82005 will be the meeting focal point for the site visit, performance will occur at the CATM Range located at Bldg 1591 on F.E. Warren AFB.
PERIOD OF PERFORMANCE:
The Period of Performance will be 60 calendar days from the notice of the award until completion.
SITE VISIT:
A site visit has been scheduled for Tuesday, 9 September at 9:30 am MST (Mountain Time). Please meet at 7800 Central Ave, Cheyenne, WY, 82005 at 9:30 am MST. Please reach out to Mrs. Sara Cook (sara.cook.7@us.af.mil) and 1st Lt Kamary Williams (kamary.williams@us.af.mil) for further instructions no later than 5 September 2025 by 12:00 p.m MST.
QUESTIONS:
Questions shall be received no later than Wednesday , 10 September 2025 at 10:00 AM MST (Mountain Time) by e-mail to Mrs. Sara Cook (sara.cook.7@us.af.mil) and 1st Lt Kamary Williams (kamary.williams@us.af.mil).
QUOTES:
Responses/quotes MUST be received no later than Friday, 12 September 2025 at 10:00 AM MST (Mountain Time) in order to be considered timely. Forward responses by e-mail to Mrs. Sara Cook (sara.cook.7@us.af.mil) and 1st Lt Kamary Williams (kamary.williams@us.af.mil).
Any quote, modification, or revision of a quote received after the exact time specified in this solicitation shall be determined as late and may not be considered.
OTHER INFORMATION:
Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award. This is a notice that this order is an open market requirement for COMBAT ARMS Range Cleaning Service. This acquisition is a Total 8(a) small business set-aside. Only quotes submitted by businesses holding NAICS Code 562910 will be accepted by the Government.
Interchanges. The government intends to award without interchanges with respective vendors/quoters. The government, however, reserves the right to conduct interchanges if deemed in its best interest. Under appropriate circumstances, interchanges can be an effective method to improve the Government's evaluation of Offerors' quoted approaches and may reduce acquisition cycle time. Interchanges may be written, email, phone call, etc., or any method which would accurately capture the contemporaneous sharing of information between the Government and the Offerors. Interchanges may also be oral conversations between the Government and the Offerors.
INSTRUCTIONS TO OFFERORS:
Offerors shall comply with FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023)
FAR 52.212-1 is hereby tailored as follows:
- Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.
- After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.
- The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.
- The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable, therefore, unawardable.
- Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:
In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:
- Statement of Understanding Attachment 1 – Performance Work Statement
- Complete Copy of Attachment 5 – Contractor Response Form
- Firm Fixed Pricing to include Unit Price and Extended Price
(Price must include ALL work outlined within the PWS)
EVALUATION:
ADDENDUM TO FAR 52.212-2 EVALUATION—COMMERCIAL ITEMS (Nov 2021)
Paragraph (a) is hereby replaced with the following:
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. Quotes that do not include all requested information in FAR 52.212-1 will be considered nonresponsive. Award will be made to the offeror with the lowest priced technically acceptable (LPTA) quote. The following factor(s) shall be used to evaluate offers:
- Technical Capability: items meet the Government requirement/specifications IAW Attachment 1 – Performance Work Statement showcasing the ability to thoroughly clean the CATM Auger system while following applicabe laws and guidelines to ensure an environmentally safe range.
- Price:
- The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors.
- Price will be evaluated to ensure fair and reasonable pricing. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable.
- No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.
(End of Provision)
LIST OF ATTACHMENTS:
Attachment 1- Performance Work Statement
Attachment 2 - Clauses and Provisions
Attachment 3 - Supplemental Clauses
Attachment 4 – Wage Determination
Attachment 5 – Contractor Response Form