Energy Management and Control Services (EMCS)
ID: FA487725QA035Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

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 soliciting quotes for Energy Management and Control Services (EMCS) at Davis-Monthan Air Force Base in Tucson, Arizona. This procurement involves a five-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, which includes onsite routine EMCS monitoring and maintenance, IT server maintenance, emergency services, and parts/materials, all under a Total Small Business Set-Aside. The services are crucial for maintaining operational efficiency and security within the Air Force's infrastructure, ensuring compliance with federal standards and enhancing the resilience of facility-related control systems. Interested contractors must submit their quotes by May 22, 2025, and can direct inquiries to Megan Middleton at megan.middleton.5@us.af.mil or Jerry L. Sauder at jerry.sauder.1@us.af.mil.

    Files
    Title
    Posted
    The document outlines the Total Evaluated Price (TEP) Matrix for the Emergency Management and Control Systems (EMCS) Recompete project, which includes pricing details for various components essential to the service. The matrix specifies that the company’s name should be entered in Cell B13 and that only designated yellow cells need to be filled in, with all prices rounded to the nearest dollar. It includes four Contract Line Item Numbers (CLINs), which cover Onsite Routine EMCS Monitoring and Maintenance, EMCS IT Server Maintenance, Emergency/Overtime/Weekend Hours, and a parts/materials lot with a capped annual price of $85,000. For each of the ordering periods spanning five years, the document details the price structure for the services, with specified quantities and annual totals, while highlighting the need for accuracy in pricing. The purpose of this document is to facilitate the submission of accurate price proposals for the EMCS services required by the federal government as part of broader RFP processes aimed at emergency management functions. Adhering to the outlined instructions ensures compliance with federal procurement standards.
    The document outlines various aspects related to federal government Requests for Proposals (RFPs) and grants, primarily focusing on financial management and project implementation. It emphasizes the importance of complying with regulatory standards during the management of federal funds, urging entities to align their operations with federal compliance requirements. Key discussions include financial reporting practices, project justification, budget approval processes, and timelines for completing various projects. Additionally, it highlights the execution of programs at state and local levels, providing necessary guidelines for submission. These guidelines aim to ensure transparency and accountability while facilitating effective use of federal resources. The document serves as a reference for applicants seeking federal funding and sets expectations regarding deliverables, compliance checks, and oversight measures for funded initiatives. Overall, the document underscores the government's commitment to responsible financial management and regulatory adherence in publicly funded projects.
    The document outlines the Total Evaluation Price (TEP) matrix for the Emergency Management and Control Systems (EMCS) Recompete project, specifically detailing pricing for various service components. Offerors must fill in designated yellow cells with accurate pricing for five years, ensuring the unit prices are rounded to the nearest dollar. Key components include monthly prices for onsite monitoring, server maintenance, emergency services, and costs for parts and materials, capped at $80,000 per ordering period. The TEP must represent a firm-fixed price covering all outlined requirements, and the correct total must appear in the quote's Price volume. The structure highlights specific Contract Line Item Numbers (CLINs), providing a framework for pricing over multiple ordering periods, with cost reimbursement noted for certain aspects of the services. Overall, this document serves as a pricing template for contractors bidding on the EMCS contract, ensuring clarity on costs and expectations for service delivery over a defined period.
    The document outlines the Total Evaluation Price (TEP) Matrix for the Emergency Management and Control Systems (EMCS) recompete RFP, specifically for monitoring, maintenance, and repair services. It instructs bidders to enter pricing for various items categorized under Contract Line Item Numbers (CLINs), such as onsite routine monitoring, IT server maintenance, emergency hours, and parts/materials. Bidders are required to accurately fill in specified yellow-highlighted cells, ensuring all prices are rounded to the nearest dollar. The TEP will be a critical component of the price volume in the quote submission. It further includes yearly ordering period totals for five years, with a focus on accurately reflecting fixed-price offerings that meet all service requirements. The document emphasizes the importance of precision in the pricing template, indicating that the offeror is solely responsible for the accuracy of the submitted prices. Overall, this file serves as a guideline for companies bidding on the EMCS project, reinforcing the necessity of strict adherence to pricing format and clarity in quotations, aiming to ensure transparency and accountability in government procurement processes.
    The NIST Special Publication 800-82r3, titled "Guide to Operational Technology (OT) Security," provides comprehensive guidance for securing operational technologies, which include systems interacting with the physical environment, such as industrial control systems, building automation, and transportation systems. It highlights the unique performance, reliability, and safety requirements of OT environments and explores potential threats and vulnerabilities inherent in these systems. The document emphasizes the interdependence of OT with critical infrastructures while addressing the need for tailored security measures distinct from traditional IT security. Key updates in this revision include expanded scopes, risk management practices, security architecture considerations, and alignment with existing cybersecurity frameworks. Readers are encouraged to adopt a risk-based assessment approach tailored to their specific operational contexts. The guidance aims to enhance the resilience and integrity of OT systems, prioritizing strategic goals such as access restriction, physical security, incident response capabilities, and maintaining system functionality during disruptions. Overall, this publication serves as an essential resource for federal agencies, private sector stakeholders, and cybersecurity professionals to ensure the safe and reliable operation of OT systems, ultimately enhancing national security and operational efficacy.
    The Unified Facilities Criteria (UFC) 4-010-06 outlines the cybersecurity requirements for Facility-Related Control Systems (FRCS) in the Department of Defense (DoD). It aims to ensure that all design, planning, construction, and operation of control systems incorporate effective cybersecurity measures. The document emphasizes the importance of integrating cybersecurity into control system design through a structured five-step process that includes determining the impact ratings, selecting appropriate security controls, and documenting the specifications for these controls. Key points include the Risk Management Framework (RMF) used for assessing cybersecurity risks, the distinction between “standard IT” and “non-standard IT” parts of control systems, and the architectural framework defining system levels. The UFC is applicable to all DoD projects involving control systems that connect to networks, specifying guidelines for systems regardless of their funding source. It emphasizes continuous evaluation and documentation of cybersecurity measures, fostering resilience against vulnerabilities while aligning with broader DoD security protocols and policies. This UFC serves as a critical reference for projects across government RFPs, federal grants, and local RFPs, ensuring comprehensive cybersecurity practices in facility-related operations.
    The document outlines various clauses and requirements related to federal contracting, particularly for Requests for Proposals (RFPs) and grants. Key clauses address the responsibilities and rights of government officials and contractors, including whistleblower protections, cybersecurity compliance, and restrictions on operations with certain foreign regimes. Noteworthy is the extensive listing of incorporated clauses that govern everything from compensation for former DoD officials to the submission of payment requests. The structure is organized by categories, identifying clauses by their numbers, titles, and applicable sections, underscoring compliance and ethical standards required for federal contracts. This presentation serves as a comprehensive reference for contractors, ensuring they understand their obligations and the legal framework overlays associated with federal acquisitions. The emphasis on terms like safeguarding sensitive data, utilizing minority-owned businesses, and the mandatory use of electronic invoicing illustrates the federal government's commitment to transparency, accountability, and equitable opportunities in contracting processes. Overall, the document aims to guide contractors in adhering to legal stipulations while maintaining fairness and security in government dealings.
    The document is a Wage Determination issued by the U.S. Department of Labor, outlining minimum wage rates and fringe benefits for service contract workers under the Service Contract Act, specifically for contracts in Pima County, Arizona. Contracts entered into after January 30, 2022, are required to pay at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, should pay a minimum of $13.30 per hour, unless a higher rate is specified. The document lists various occupations with corresponding wage rates, including administrative, automotive, healthcare, and technical positions, as well as requirements for fringe benefits such as health and welfare contributions, vacation, and paid holidays. Notably, it emphasizes that certain exemptions, such as for computer professionals and air traffic controllers, may apply. The document also includes guidance on requests for classification and wage conformance for jobs not explicitly listed. Overall, this wage determination aims to ensure fair compensation for federal service workers, adhering to federal guidelines and protecting worker rights under the law. It serves as a critical reference for federal contractors in compliance with the regulations regarding wage standards.
    This document pertains to security guidance related to federal contract solicitations and is part of a broader procedural framework for managing defense contracting. It references critical elements such as contract expiration, and representatives from various offices involved in overseeing the contract. Although specific details regarding the solicitation or contract number are not provided, the document plays a vital role in identifying security protocols necessary for compliance within government contracts. The mention of DD FORM 254, typically used to transmit security classification guidance, indicates the importance of safeguarding sensitive information throughout the duration of the contract. The overall purpose of the document underscores the necessity for stringent security measures in federal contracting processes, ensuring that all parties understand their responsibilities regarding classified information and operational security.
    The document provides detailed instructions for completing the DD Form 254, a Department of Defense (DoD) tool for specifying Contract Security Classification Requirements. Its purpose is to ensure uniform application of security classification for contracts requiring access to classified information. The form comprises 18 items that guide the user in identifying clearance levels required for contractors, safeguarding needs, contract specifications, and security requirements. Specific attention is given to the process of verifying a contractor's facility security clearances and the necessary steps when dealing with foreign contractors. Additionally, the form mandates the correct classification of information and specifies requirements for access, handling, and storing classified materials. It emphasizes the importance of accurate completion to mitigate confusion and ensure compliance with national security protocols. The document serves as a guide for contractors and federal contracting activities to adhere to secure practices in managing classified information, crucial for the integrity and confidentiality of sensitive government contracts.
    The document pertains to a Request for Proposal (RFP) regarding onsite technical services for a federal contract. It contains a series of questions from contractors seeking clarifications on various aspects of the contract, including the provision of laptops and software, transportation requirements for staff, evaluation criteria for past performance, and technical submission requirements. Key points include the government's emphasis on completeness and reasonableness in pricing evaluations, the need for certain personnel to maintain a Secret security clearance, and historical data informing estimated man-hours for repairs. The incumbent contractor is Siemens Government Technologies Inc., and the scope of work aligns closely with previous contracts, mainly updating policies as needed. Overall, the document outlines expectations for bidding contractors and clarifies important operational details for compliance and project execution within a performance-based service acquisition framework.
    Beginning May 7, 2025, Davis-Monthan Air Force Base (DMAFB) will enforce REAL ID requirements for all visitors, in line with the REAL ID Act of 2005 and Department of Defense (DoD) security policies. Non-compliant state-issued identification cards will no longer be accepted after May 6, 2025. Visitors must present a REAL ID-compliant identification, which may include marked state licenses or Enhanced Driver’s Licenses from select states. To obtain a REAL ID, applicants need to provide various documents, including proof of identity and residence. Minors do not require a REAL ID, but accompanying adults must comply. Contractors will have their REAL ID compliance verified when obtaining Defense Biometric Identification System (DBIDS) badges, and on-site Security Forces will ensure all visitors meet these requirements. Non-compliant individuals will be denied entry until compliance is achieved. For more information, visitors can visit the Department of Homeland Security's website or contact the Security Forces Pass and Badge Office. This policy aims to enhance security at federal installations, ensuring that all individuals accessing the base adhere to federal identification standards.
    Similar Opportunities
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense, through the Air Force, is soliciting quotes for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The contractor will be responsible for providing a complete audio solution, including setup, operation, and teardown, ensuring clear sound coverage across various spectator areas, with specific requirements for equipment and personnel outlined in the Performance Work Statement. This contract is particularly significant as it is set aside for small businesses, with a total estimated value of $40 million, and will be awarded based on technical acceptability and price. Interested vendors must submit their proposals by January 5, 2026, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email.
    Synopsis - Materiel Management Operations
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for Materiel Management Operations (MMO) services at Edwards Air Force Base in California. The contract will require the selected contractor to provide comprehensive management, personnel, equipment, and services necessary for MMO functions, adhering to Performance-Based Service Acquisition principles and various regulatory compliance standards. This procurement is crucial for ensuring efficient logistics support and resource management at the base, with a solicitation expected to be posted by early January 2026. Interested parties can reach out to Amanda Tate at amanda.tate@us.af.mil or Norman Mackie at norman.mackie.1@us.af.mil for further information.
    F-16 MMC Mounting Base, Electric, 8EA FMS
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the procurement of eight F-16 MMC Mounting Base, Electric units under solicitation FA8212-25-Q-0017. This procurement is part of Foreign Military Sales (FMS) to Bulgaria and Taiwan, requiring compliance with specific quality standards, including AS9100 and Cybersecurity Maturity Model Certification (CMMC) Level II. The mounting bases are critical components for the F-16CG aircraft, with a delivery deadline set for December 31, 2028. Interested contractors must submit their quotations by January 6, 2026, and can reach out to Leslie Evans at leslie.evans.1@us.af.mil or Brandon Moses at Brandon.moses.1@us.af.mil for further inquiries.
    IHAT CRAC Unit Replacement Edwards AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the replacement of Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. This project involves the procurement and installation of new 26-30 ton CRAC units to replace aging systems, ensuring energy efficiency and compatibility with existing infrastructure, including integration with the Siemens Desigo control system. The successful contractor will be responsible for all aspects of the project, including decommissioning old units, installation, and compliance with government specifications. Interested parties must submit their quotes by December 23, 2025, at 10:00 AM PT, and are encouraged to attend a mandatory site visit on December 9, 2025, with prior registration required for security clearance. For further inquiries, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    F-15 Current Monitor and Antenna Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting quotes for the repair services of F-15E current monitor and antenna parts as part of the Air Force Enhancement Program (AFREP). The procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to ensure all repairs meet specified technical orders and qualifications. This contract is critical for maintaining the operational readiness of F-15E aircraft, ensuring that essential components are restored to serviceable condition. Interested vendors must be registered and active in the System for Award Management (SAM) and submit their quotes via the PIEE Solicitation Module by referencing Solicitation Number FA480926Q0002. For inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil.
    Management of Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Altus AFB, OK, Dyess AFB, TX, McConnell AFB, KS, Scott AFB, IL, Offutt AFB, NE, Whiteman AFB, MO.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking small business sources to provide fuel management services at Government-Owned Contractor-Operated (GOCO) retail fuel facilities located at Altus AFB, OK, Dyess AFB, TX, McConnell AFB, KS, Scott AFB, IL, Offutt AFB, NE, and Whiteman AFB, MO. The selected contractors will be responsible for operating and maintaining these facilities, which includes managing the receipt, storage, issuance, and quality control of petroleum products, as well as maintaining the associated infrastructure. This procurement is significant for ensuring the efficient operation of military fuel supply chains, with the intention to award multiple firm-fixed price contracts for a base period of four years, starting November 1, 2026, and potentially extending for an additional five years. Interested parties must submit their responses by December 26, 2025, to the designated contacts, Joel McKinney and Gordon Braxton, via email, and are encouraged to register in the System for Award Management (SAM) and Wide Area Workflow (WAWF) prior to submission.
    Annual SAN Maintenance Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide maintenance support renewal for an existing Storage Area Network (SAN) at Hanscom Air Force Base in Massachusetts. The procurement aims to secure ongoing maintenance for various IBM FlashSystem and TS4300 Tape modules, ensuring on-site repair, media retention, and support during normal business hours, with a performance period from February 1, 2026, to January 31, 2027. This maintenance is critical for the operational integrity and performance of the Air Force's communications and information systems. Interested vendors must submit their quotes by January 5, 2026, and direct any inquiries to Kristin Morrison or Lt Amanda Thoman via the provided email addresses.
    Luke Air Force Base 2026 Air Show - Video Screen Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for video screen services for the Luke Air Force Base 2026 Air Show, with the contract managed by the 56th Fighter Wing. The selected vendor will be responsible for the setup, operation, and removal of high-resolution video screens from March 18 to March 23, 2026, ensuring optimal visibility and technical support throughout the event. This procurement is crucial for enhancing the visual experience of attendees at the air show, which is a significant public relations event for the Air Force. Interested small businesses must submit their quotes by January 5, 2026, at 1500 EST, and should direct inquiries to the primary contact, 2d Lt Jalen Johnson, at jalen.johnson.17@us.af.mil or 623-856-2730. The total contract value is estimated at up to $40 million, contingent upon available funding.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. The project entails the removal and replacement of existing street lights, poles, and concrete bases, along with the installation of new electrical infrastructure, including circuits and conduits, utilizing directional drilling techniques. This procurement is significant for enhancing the safety and functionality of the base's lighting systems, with an estimated contract value between $500,000 and $1 million. Interested small businesses must submit their proposals by January 21, 2026, at 2:00 PM MST, and are encouraged to attend a mandatory site visit on January 8, 2026, at 1:00 PM MST. For further inquiries, contact Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.