Facility Services for Non-Real Property
ID: FA282326Q0005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

NAICS

Facilities Support Services (561210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PREFABRICATED STRUCTURES AND SCAFFOLDING (J054)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.

    Point(s) of Contact
    Kristina B. Brannon
    kristina.brannon.1@us.af.mil
    Files
    Title
    Posted
    This document outlines the instructions for preparing offers for a federal government Firm-Fixed Price contract with a base year and four option years. Offerors must submit complete, clearly presented proposals across four volumes: Executed Contract Documents, Technical, Past Performance, and Price. Key requirements include addressing errors or ambiguities within five days of RFQ release, providing detailed technical information (including project schedules, contractor experience, and key personnel qualifications), submitting past performance questionnaires for prime and significant subcontractors, and completing a pricing workbook. Proposals must adhere to strict page limits for certain sections, and offerors are cautioned against cross-referencing between volumes. The government emphasizes that it will evaluate offers based solely on the submitted information, assuming no prior knowledge of the offeror's company.
    This document outlines the evaluation factors for a competitive acquisition by the Air Force, utilizing Best Value procedures with Past Performance under FAR Parts 12 and 13. Proposals will be evaluated on three main factors: Technical, Past Performance, and Price. The Technical factor is pass/fail, assessing immediate maintenance and repair completion timeframe (within two months of mobilization), contractor experience (minimum three successful projects of similar size/scope within five years), and key personnel qualifications. The Past Performance factor considers recent and relevant information from offerors and government sources (SAM.gov, CPARS), requiring an "Acceptable" rating with any "Negative" performance leading to an "Unacceptable" rating. Offerors must provide up to three relevant contract references from the last five years, with specific recency and relevancy definitions. The Price factor evaluates the Total Evaluated Price (TEP) from a pricing workbook, ensuring reasonableness and balance. The evaluation process prioritizes technically acceptable offers, ranking them by TEP, then assessing past performance. The lowest-priced, technically acceptable offer with "Very Relevant" and "Acceptable" past performance will be considered the best value, or an integrated assessment will be made for higher prices with higher past performance relevancy.
    This government solicitation outlines the evaluation factors for awarding a Best Value contract with Past Performance for federal acquisition of commercial items. Proposals will be assessed on three main factors: Technical (pass/fail based on immediate maintenance and repair completion timeframe, contractor experience, and key personnel qualifications), Past Performance (recent and relevant projects within five years, evaluated for quality, with
    The Performance Work Statement (PWS) FA2823-26-Q-0005 outlines a non-personal services contract for comprehensive facility services at Eglin Air Force Base, Florida. The contractor will provide maintenance, repairs, inspections, and minor modifications for non-real property facilities, covering structural, mechanical, electrical, fire detection, and security systems. The contract includes specific tasks such as electrical panel relocation, power circuit separation, new receptacle installations, fire detection system servicing, HVAC inspection and repair, structural repairs, and equipment mounting. The period of performance will be a 12-month base year with four 12-month options. The PWS also details general information regarding hours of operation, contractor personnel requirements (including certifications and background checks), safety protocols, security requirements, green procurement, environmental protection, hazardous materials management, and other miscellaneous clauses. Deliverables include a Contract Manager's resume and inspection reports, which will detail identified repair needs and pricing quotes. All work must adhere to federal, state, and local regulations and industry standards, with an emphasis on safety and environmental compliance.
    This document is a wage determination for service contracts in Okaloosa County, Florida, outlining minimum wage rates and benefits for various occupations as of July 8, 2025. It details compliance requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award or renewal date. The determination includes specific wage rates for administrative, automotive, food service, health, technical, and other occupations. It also specifies fringe benefits, including health and welfare ($5.55/hour or $5.09/hour if EO 13706 applies), vacation (2-4 weeks based on service), and 11 paid holidays. Special provisions cover computer employees, air traffic controllers, hazardous pay, and uniform allowances. A conformance process is detailed for unlisted occupations, requiring contractor and agency collaboration with the Wage and Hour Division.
    This government file outlines the pricing structure and requirements for maintenance and repair services, including immediate repairs, annual inspections, and “Above and Beyond” maintenance and repair authorizations for a base year and four option years, with services provided by various skilled trades. Offerors must complete unit prices for immediate maintenance/repair, unit prices in Section B, and hourly rates for each job classification (e.g., Electrician, HVAC Mechanic, General Maintenance Worker, Maintenance Trades Helper, Laborer, Sheet Metal Worker). The Total Evaluated Price is automatically calculated from these inputs. The document specifies Not To Exceed (NTE) amounts for Above and Beyond maintenance and repair, ranging from $45,000 in Option Year 1 to $60,000 in Option Years 2, 3, and 4. All work must be in accordance with the Performance Work Statement dated December 9, 2025, and vendors are only to perform maintenance or repair when directed by the Contracting Office.
    The FA2823-26-Q-0005 Facilities Maintenance and Repair Past Performance Questionnaire is a document used by AFTC/PZIOA (OL-EGLIN) of the Air Force AFMC MAJCOM to evaluate offerors for facility maintenance and repair services at Eglin AFB. This questionnaire is critical for source selection, gathering first-hand experience from organizations that have worked with the offerors. It requests detailed information on contract identification, customer/agency identification, and respondent identification. A significant portion of the document is dedicated to performance information, where respondents rate contractors on various aspects such as management, personnel, quality control, problem-solving, adherence to schedules, responsiveness, and overall performance, using a defined rating scale (Exceptional to Unsatisfactory). The questionnaire also asks if the contractor was issued cure/show cause notices and if the respondent would award another contract to them. Completed questionnaires are due by 1200 CST on January 22, 2026, and are to be emailed to kristina.brannon.1@us.af.mil, becoming part of official source selection records.
    The Financial Responsibility Questionnaire (FA2823-26-Q-0005) is for the 40 FLTS Facilities Maintenance at Eglin AFB, FL. It aims to assess a contractor's financial stability through inquiries to their bank. The questionnaire requests information on the duration of the banking relationship, outstanding loans, payment history, existing lines of credit and their pre-approved balances, and average monthly revolving balances in checking or savings accounts. It also asks if the bank would continue doing business with the contractor and allows for additional comments regarding the contractor's financial standing. The form requires completion by a bank official, including their position, date, contact information, and signature, to provide insight into the contractor's financial responsibility for the solicitation.
    The document outlines a sample consent letter for subcontractors and teaming partners to release their past performance information to prime contractors. This consent is crucial because the Government cannot disclose such information to private parties without it. The letter assists the Government's Past Performance evaluation team in assessing relevancy and confidence during source selections, especially given the increased emphasis on past performance for obtaining best value in federal procurements. Major subcontractors and teaming partners identified in a proposal are requested to complete and submit this letter as part of their Past Performance subfactor submission, facilitating discussions between the Government and the Prime Contractor regarding their past performance.
    The provided document appears to be a highly detailed map or schematic, likely depicting a street layout or a specific area within a locality. It contains numerous numerical labels, which could represent parcel numbers, building numbers, or other geographical identifiers. Additionally, the document lists various street names such as "Daytona Rd," "Barrancas Av," "Florida Av," "Georgia Av," "Third St.," "Seventh St," "Fourth-St-", "Van-Matre-Av," "B"AV," "Sixth St," "D"AV-", "First-St-", "Second-St," "Eglin Blvd," "Fifth-St," "Magnoliao," "Motor-Pool-F," and "Fernandina:Dr." The presence of terms like "Z15175" and "Z15122" might indicate zone identifiers or specific project codes. The overall context suggests this document is a foundational piece of information for projects related to urban planning, infrastructure development, or property management within a government RFP, federal grant, or state/local RFP framework.
    The document clarifies questions regarding Facilities Maintenance for Non-Real Property, specifically concerning repairs and preventative maintenance services. The original query highlighted a discrepancy where the Performance Work Statement (PWS) indicated both repairs and preventative maintenance, but pricing documentation only reflected annual inspections. The response clarifies that maintenance and repair services will be executed under an “Above and Beyond” CLIN, with pricing determined as needed, following annual inspections. Only six common labor categories are pre-priced, while other labor costs and materials will be negotiated at the time of authorization. The awardee will provide a quote for materials, labor, and travel, which will be reviewed and approved by the Requiring Activity and Contracting Officer before work commences. An equipment list is deemed unnecessary since the annual inspection will allow the awardee to identify equipment, which primarily includes HVACs, electrical panels, and fire alarms, with no plumbing in the containers.
    This document outlines the amendment and modification procedures for government solicitations and contracts, specifically detailing the evaluation factors for award in a competitive acquisition using Best Value procedures with Past Performance. Offers must acknowledge amendments to be considered. The evaluation process consists of three main factors: Technical (pass/fail based on immediate maintenance/repair timeframe, contractor experience, and key personnel qualifications), Past Performance (assessed for recency, relevancy, and quality, with a minimum 'Acceptable' rating required), and Price (evaluated for reasonableness and potential unbalanced pricing). The process prioritizes the lowest Total Evaluated Price (TEP) with an 'Acceptable' technical rating, then proceeds to evaluate Past Performance for 'Very Relevant' contracts. If no 'Very Relevant' Past Performance is found, the evaluation continues until an acceptable offer is identified, or all offers are evaluated. The ultimate award decision is an integrated assessment weighing price against past performance relevancy to achieve the best value for the Government.
    The document is a Standard Form 1449,
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Facility Maintenance Contract IDIQ Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.
    Tyndall AFB Base Operations Support Services Bridge Contract
    Buyer not available
    The Department of Defense is seeking a contractor to provide Base Operations Support (BOS) services at Tyndall Air Force Base (AFB) in Florida through a sole source firm-fixed price bridge contract with Alutiiq Commercial Enterprises LLC. This contract, which is set to last for six months from May 14, 2023, to November 13, 2023, requires the contractor to deliver essential management personnel, labor, tools, training, and materials necessary for engineering support, infrastructure systems, heavy repair, and facility systems operations and sustainment for all real property and installed equipment at Tyndall AFB. The continuation of these services is critical to maintaining mission readiness until a follow-on competitive procurement is awarded under solicitation FA481922R0014. For further inquiries, interested parties can contact Matthew Lahr at matthew.lahr.3@us.af.mil or Karl Deffert at karl.deffert.1@us.af.mil.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    FTQW 20 0504 2 CHPP Electrical Upgrades
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for electrical upgrades at the Central Heat Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to enhance and modify the low voltage electrical and lighting systems, which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures to meet current standards. This upgrade is critical for maintaining operational efficiency and safety within the facility, which is essential for military operations. Interested small businesses must submit their electronic bids by January 20, 2026, with a project magnitude estimated between $1 million and $5 million. For further inquiries, contact SrA Christopher Blackburn at 907-377-3841 or via email at 354CONS.PKA.MonitorConstruction@us.af.mil.
    Maxwell AFB - Airfield Repairs - Amendment 0002
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield improvements at Maxwell Air Force Base in Montgomery, Alabama. This project, designated as PNQS 24-4829, involves construction and repair work, including pavement pressure washing, sinkhole repairs, and markings replacement, with a completion timeline of 120 calendar days from the Notice to Proceed. The contract is a total small business set-aside, with an estimated value between $250,000 and $500,000, and proposals are due by December 19, 2025, at 1:00 PM CST. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil and are encouraged to attend the scheduled site visits on December 3 and December 12, 2025, for which prior registration is required.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0002)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Montgomery, Alabama. This project involves comprehensive renovations, including hazardous material abatement, interior alterations, and the installation of new systems, with a total estimated contract value between $5,000,000 and $10,000,000. The work is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and must be completed within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 15, 2025.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.