Aircrew Facility Support
ID: FA940126Q0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9401 377 MSG PKKIRTLAND AFB, NM, 87117-0001, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for Aircrew Facility Support services at Kirtland Air Force Base in New Mexico. This procurement aims to provide comprehensive housekeeping and billeting services for visiting aircrew, ensuring high standards of cleanliness and operational readiness within the facility. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and has a total potential value of $47 million, covering a base period and four option years. Interested contractors must submit their quotes by December 1, 2025, and can direct inquiries to the primary contact, A1C Tyler Hatfield, at tyler.hatfield.2@us.af.mil or by phone at 505-853-8005.

    Files
    Title
    Posted
    This document, Annex 1-Quote Sheet, is an integral part of a Request for Proposal (RFP) for Aircrew Facility Services. It outlines the pricing structure and requirements for contractors to submit their bids. The services include initial cleaning, normal hour services, and on-call services for the Aircrew Facility, spanning an initial period from December 2025 to November 2026, with four subsequent option years extending through November 2030. Contractors must provide company information, CAGE Code, discount terms, and a point of contact, along with unit prices for each CLIN (Contract Line Item Number) and a total bid amount. All services must be performed in accordance with Attachment 1 – Performance Work Statement, and supporting documentation is required as per FAR 52.212-1 Instructions to Offerors – Commercial Items. The quote sheet details the quantity and duration for each service, including a
    This document, Annex 1-Quote Sheet, is a request for proposal (RFP) detailing requirements for Aircrew Facility Cleaning Services. It outlines specific services, including initial cleaning, normal hours services, and on-call services, across a base year and four option years. Offerors must provide company information, CAGE Code, discount terms, and unit prices for each CLIN (Contract Line Item Number). The contract performance start date is seven calendar days after the date of award. Supporting documentation must comply with FAR 52.212-1 Instructions to Offerors – Commercial Items (September 2023) Addendum. The RFP emphasizes the need for qualified personnel, supplies, and equipment in accordance with Attachment 1 – Performance Work Statement.
    This government file, Annex 1-Quote Sheet, outlines the requirements for contractors to provide Aircrew Facility Cleaning Services, including initial cleaning and ongoing services during normal and on-call hours. The contract spans a base period and four option years, from November 2025 to November 2030. Contractors must furnish qualified personnel, supplies, and equipment in accordance with Attachment 1 – Performance Work Statement. The document requires offerors to complete company information, provide a schedule of services with unit and total prices, and submit supporting documentation as per FAR 52.212-1. It details specific CLINs for various service periods, including "Not to Exceed 500 Hours" for on-call services in each year.
    The provided document, likely part of a government Request for Proposal (RFP), federal grant, or state/local RFP, lists various square footage measurements associated with "Building 917-1." The repeated occurrence of specific values such as 192 ft², 25 ft², and 18 ft² alongside other unique measurements (e.g., 398 ft², 1068 ft², 305 ft²) suggests a detailed breakdown of areas within the building. This type of information is critical for projects involving facility modifications, space planning, construction, or leasing within government contexts, enabling precise resource allocation, cost estimation, and project scope definition related to Building 917-1.
    The provided file lists various square footage measurements, likely representing different areas or spaces within a larger structure, identified as "Building 917-2." The measurements range from 27 ft² to 1,071 ft², with several recurring values such as 196 ft² and 27 ft². This data appears to be an inventory or detailed breakdown of spatial dimensions, possibly related to an RFP for construction, renovation, or space utilization within a government facility. The file's purpose is to provide specific area sizes for planning, allocation, or project scoping within Building 917-2.
    The document, "Building 917 Reference Photos," is a visual inventory of the Aircrew Facility (building 917). It categorizes photos by location within the building, primarily focusing on the 1st and 2nd floors. Key areas documented include the building's exterior, various entrance points, a communication room, linen rooms, a storage area, a laundry room, multiple generic "Room" examples, a Suite Living Quarter, hallways, a stairway, and a gym and kitchen area on the 2nd floor. The purpose of this document is to provide visual references for different sections and rooms within Building 917, likely for record-keeping, facility management, or as part of a larger government project such as an RFP or grant application requiring detailed facility information.
    The Department of the Air Force's 377th Air Base Wing is soliciting quotes for Aircrew Facility Support services at Kirtland AFB, New Mexico, under Solicitation Number FA940126Q0001. This Request for Quotation (RFQ) is a 100% Service-Disabled Veteran Owned Small Business set-aside, with NAICS code 561210. The requirement includes aircrew billeting and housekeeping services, with on-call hours billable only for work performed outside normal hours. Quotes are due by November 14, 2025, and must be valid for 90 days. Evaluation will prioritize best value, considering technical plans for billeting and housekeeping, price, and a Mission Essential Plan. Award will be made to a technically acceptable offeror with a fair and reasonable price, with the top-ranked proposals evaluated first. Funds are not presently available, and the government reserves the right to cancel the solicitation.
    The Department of the Air Force, 377th Air Base Wing, is issuing a combined synopsis/solicitation (FA940126Q0001) for Aircrew Facility Support services at Kirtland AFB, New Mexico. This Request for Quotation (RFQ) is a 100% Service-Disabled Veteran Owned Small Business set-aside, with NAICS code 561210. The requirement includes billeting and housekeeping services as detailed in Attachment 1 – Performance Work Statement. Funds are not presently available, and no award will be made until they are. Offers are due by November 10, 2025, 5:00 PM (MDT/MST) and must be submitted via email. Quotes must be valid for 90 days, and questions are due by October 30, 2025. Evaluation factors include a technical plan (5-6 pages) demonstrating understanding of billeting and housekeeping services, price, and submission of a Mission Essential Plan. Award will be based on best value, considering technical acceptability and fair and reasonable pricing, with proposals ranked by price.
    The Department of the Air Force, 377th Air Base Wing, is soliciting quotes for Aircrew Facility Support services at Kirtland AFB, New Mexico, under Solicitation Number FA940126Q0001. This is a 100% Service-Disabled Veteran Owned Small Business set-aside, with a NAICS code of 561210. The requirement includes billeting and housekeeping services as detailed in the Performance Work Statement. Quotes are due by November 12, 2025, and must include a technical plan, price, and a Mission Essential Plan. Award will be based on best value, considering technical acceptability, fair and reasonable price, and acknowledgment of terms and conditions. The Government will evaluate the top-ranked proposals, prioritizing those with reasonable prices and acceptable technical plans.
    The Department of the Air Force is seeking quotations for Aircrew Facility Support services at Kirtland AFB, New Mexico. This Request for Quotation (RFQ) is a 100% Service-Disabled Veteran Owned Small Business set-aside, with a NAICS code of 561210 and a size standard of $47M. The requirement includes aircrew billeting and housekeeping services as detailed in the Performance Work Statement (PWS). Quotes are due by November 10, 2025, and questions by October 30, 2025. Offers will be evaluated based on technical capability (billeting and housekeeping services), price, and submission of a Mission Essential Plan. Award will be made to the offeror providing the best value, with technically acceptable and reasonably priced proposals being prioritized among the lowest-priced submissions.
    The Department of the Air Force, 377th Air Base Wing, is soliciting quotes for Aircrew Facility Support services at Kirtland AFB, New Mexico. This Request for Quotation (RFQ) is a 100% Service-Disabled Veteran Owned Small Business set-aside, with NAICS code 561210 and a size standard of $47M. The requirement includes aircrew billeting and housekeeping services as detailed in the Performance Work Statement (PWS). Quotes are due by November 21, 2025, and shall be valid for 90 days. Offerors must submit a technical plan demonstrating their approach to billeting and housekeeping services, a price proposal, and a Mission Essential Plan. Award will be based on the best value, considering technical acceptability, fair and reasonable pricing, and submission of the Mission Essential Plan. The government will evaluate offers by ranking prices and then assessing technical plans for the top-ranked proposals until an acceptable offer is found. Funds are not presently available, and the government reserves the right to cancel the solicitation.
    This Performance Work Statement outlines the requirements for a non-personnel services contract to provide visiting aircrew support facility services at Kirtland Air Force Base, NM. The contractor will be responsible for lodging, key management, and comprehensive housekeeping services for up to 50 crewmembers. Key tasks include ensuring room cleanliness, managing room assignments and keys, performing initial deep cleaning, and maintaining all facility areas, including bathrooms, kitchens, laundry rooms, and common areas, to high sanitary standards. The contract specifies performance objectives, operating hours (including on-call support for federal holidays), and security requirements like background investigations and OPSEC training. The government will provide some resources, and the contractor must adhere to quality assurance, safety, and mission-essential services plans. Deliverables include monthly status reports.
    The FA9401-26-Q-0001 document details a Request for Proposal (RFP) for Aircrew Facility Support at Kirtland AFB, specifically addressing questions and answers related to the service. Key points include confirmation that asbestos abatement will conclude before the performance start date, and no future projects are planned. The RFP requires contractors to provide staffing based on the Performance Work Statement (PWS) rather than a daily rate or predicted occupancy. The performance start date is set for 7 days after the contract award, and there is no incumbent as this is a new requirement. The government will supply linens, towels, and wash rags, while personal care products are not required from the contractor. Daily cleaning services include trash removal and replenishing toilet paper and tissues, with towels replaced only upon request. Common areas are to be cleaned weekly or more often as needed. The document also clarifies mission-essential functions, trash receptacle sizes, and confirms that laundry service is a separate contract. Working hours are 9:00 AM to 9:00 PM, Monday through Friday, with on-call hours for after-hours needs, and fluctuating occupancy is anticipated.
    The FA9401-26-Q-0001 document provides Q&A for the Aircrew Facility Support requirement at Kirtland AFB, clarifying various aspects for potential contractors. It confirms this is a new requirement with no incumbent and provides reference photos of Building 917. Key details include the absence of emergency generators and elevators, with recent assessments confirming the good condition of electrical, HVAC, plumbing, and structural systems. The government provides linens and towels, but contractors are not required to supply personal care products. Daily cleaning tasks are basic, involving trash removal and replenishing toilet paper/tissues, while common areas are cleaned weekly. The document corrects the
    This government solicitation (FA940126Q0001) is for Women-Owned Small Businesses (WOSB) to provide Aircrew Facility Support, including initial cleaning, normal hours services, and on-call services at Kirtland AFB, NM. The contract has a base period and four option years, with a total estimated value of USD 47,000,000.00. Services involve billeting, housekeeping, and cleaning for visiting aircrew, adhering to the Performance Work Statement (PWS). The solicitation includes various FAR and DFARS clauses, notably those concerning electronic payment via Wide Area WorkFlow (WAWF), continuation of essential contractor services, and prohibitions against Class I Ozone Depleting Substances. The contract emphasizes small business participation, outlines specific billing for on-call hours, and details inspection and acceptance locations.
    This government solicitation, FA940126Q0001, issued by the Department of the Air Force, is a Request for Proposal (RFP) for Aircrew Facility Support services, specifically initial cleaning, normal hours services, and on-call services. The contract has a potential total award amount of USD 47,000,000.00 and includes a base period and four option years, extending the services from December 2025 to November 2030. The services entail billeting and housekeeping/cleaning for visiting aircrew at Kirtland AFB, NM, and are set aside for Women-Owned Small Businesses (WOSB). The document details specific clauses regarding payment instructions via Wide Area WorkFlow (WAWF), continuation of essential contractor services, and the elimination of Class I Ozone Depleting Substances. It emphasizes compliance with numerous FAR and DFARS clauses, particularly those related to small business programs, labor standards, and ethical conduct.
    This government solicitation, FA940126Q0001, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide Aircrew Facility Support, including initial cleaning, normal hours services, and on-call services. The contract has a potential value of $47,000,000.00 and includes a base period and four option years for continued services. Key requirements involve billeting, housekeeping, and cleaning for visiting aircrew at Kirtland AFB, NM. The document specifies detailed clauses for payment (WAWF), contractor responsibilities, and various FAR and DFARS regulations, including those concerning essential contractor services and health and safety on government installations. The offer due date is December 1, 2025.
    This government solicitation, FA940126Q0001, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide Aircrew Facility Support, including initial cleaning, normal hours services, and on-call services at Kirtland AFB, NM. The contract, with a total award amount of USD 47,000,000.00, includes a base period and four option years, extending performance through November 2030. Services encompass billeting and housekeeping for visiting aircrew, with specific requirements for on-call hours and staffing. The document details contract clauses, including those related to federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), covering aspects like electronic payment, contractor responsibilities, and various compliance requirements. Key clauses address topics such as combating human trafficking, equal opportunity, and restrictions on certain foreign procurements and technologies, emphasizing the importance of adherence to federal guidelines for contractors.
    Lifecycle
    Title
    Type
    Aircrew Facility Support
    Currently viewing
    Solicitation
    Similar Opportunities
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0001)
    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 Alabama. The project involves comprehensive renovations, including interior alterations, hazardous material abatement, and the installation of new systems, with a total estimated value between $5,000,000 and $10,000,000. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires completion 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 10, 2025.
    Government Owned Contractor Operated AIRCRAFT/GROUND FUEL SERVICES - SOUTHWEST REGION AF CONUS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified small businesses to provide fuel management services at Government-Owned Contractor-Operated (GOCO) retail fuel facilities located at Cannon AFB, NM, Davis Monthan AFB, NM, Holloman AFB, AZ, and Luke AFB, AZ. The procurement aims to identify firms capable of operating and maintaining these fuel facilities, which includes responsibilities such as receiving, storing, issuing, and accounting for petroleum products, as well as maintaining the associated infrastructure. This opportunity is significant for ensuring the efficient management of fuel resources critical to military operations. Interested parties must submit their responses by 3:00 PM EST on December 9, 2025, via email to Rochelle Adams and Gordon Braxton, with a focus on demonstrating their capabilities and past performance in similar contracts.
    Hotel Lodging BPA
    Buyer not available
    The Department of Defense, specifically the Oklahoma Air National Guard, is seeking proposals for a Blanket Purchase Agreement (BPA) for hotel lodging services from January 1, 2026, to December 31, 2030. The procurement aims to establish firm-fixed price agreements with lodging vendors to provide billeting services for its members, ensuring compliance with specific requirements such as competitive pricing, private baths, air conditioning, and daily housekeeping. This initiative is crucial for accommodating personnel during training and operational activities, with a maximum call limit of $350,000 per vendor. Proposals are due by December 16, 2025, at 10:00 AM CST, and interested parties must be registered in SAM and submit completed certifications. For further inquiries, contact Kurt A Ennis at kurt.ennis.4@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    Custodial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for custodial services at Lajes Field in the Azores, Portugal, under solicitation FA448626R0001. The contractor will be responsible for providing all management, tools, equipment, and labor necessary to maintain a clean and professional facility appearance, adhering to established cleaning frequencies and standards as outlined in the Performance Work Statement (PWS). This contract, valued at approximately $22 million, includes a base period from April 2026 to November 2026, with four additional one-year option periods extending through November 2030. Interested parties, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Claudia Silva at claudia.silva.pt@us.af.mil, and must submit their proposals by the specified deadlines, including a Past Performance Questionnaire due by January 20, 2026.
    Holloman AFB - Mortuary Affairs BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide mortuary affairs services through a Blanket Purchase Agreement (BPA) at Holloman Air Force Base (AFB) in Alamogordo, New Mexico. The procurement requires comprehensive mortuary services, including transportation, preparation of remains, and cremation, all in accordance with the attached Performance Work Statement (PWS). These services are critical for ensuring dignified and respectful handling of remains for military personnel and their families. The total award amount for this contract is estimated at $12,500,000, with a five-year delivery schedule and a focus on compliance with various federal regulations. Interested parties can contact SrA Jhayde Hyde at jhayde.hyde@us.af.mil or Kitty Williams at katrina.williams.9@us.af.mil for further information.
    Tinker Base Supply and Munitions
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to provide Base Supply and Munitions services at Tinker Air Force Base (TAFB) in Oklahoma. The contractor will be responsible for managing personnel, equipment, and services related to supply operations, inventory control, customer support, and munitions management, ensuring compliance with Air Force regulations and maintaining war readiness. This procurement is particularly significant as it supports the logistics readiness of the 72 Logistics Readiness Squadron and includes a total estimated award amount of $47 million, with a base performance period starting in April 2026 and extending through March 2033. Interested parties should direct inquiries to Robert Kipler or Samuel Nemargut via email, and proposals must be submitted electronically by the specified deadline.
    Commercial Lodging BPA - Peterson SFB
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    Sandia RD Janitorial
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting quotes for janitorial services at the Sandia Ranger District Office and Warehouse in Tijeras, New Mexico. The procurement, identified as Request for Quotation (RFQ) 127EAV26Q0006, requires the contractor to perform a range of cleaning tasks on a weekly, quarterly, and bi-annual basis, emphasizing the use of bio-based and recovered materials. This contract spans a base year from December 15, 2025, to December 14, 2026, with four additional option years, and is set aside exclusively for small businesses. Interested offerors must submit their technical and price proposals via email to Ellena Silva at ellena.silva@usda.gov by December 1, 2025, with a pre-award site visit strongly encouraged and questions due by November 20, 2025.
    REPLACE CARPET, F500 VANCE AIR FORCE BASE, OKLAHOMA
    Buyer not available
    The Department of Defense, through ASRC Federal Field Services, LLC, is seeking qualified contractors for the removal and replacement of carpet and rubber wall base at Facility 500, Vance Air Force Base in Oklahoma. The project requires comprehensive services including demolition, sub-floor preparation, and installation of new flooring products, with a total project duration of 180 calendar days, which includes a 45-day non-performance period for mobilization and material lead time. This procurement is critical for maintaining the operational integrity and aesthetics of the facility, ensuring a safe and functional environment for personnel. Interested contractors must submit their proposals electronically by December 1, 2025, with a site visit scheduled for November 14, 2025, and all inquiries directed to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil or Shannon Perry at shannon.perry.1.ctr@us.af.mil.
    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.