Cannon AFB - Melrose Air Force Support Contract
ID: FA485525R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4855 27 SOCONS LGCCANNON AFB, NM, 88103-5321, USA

NAICS

Facilities Support Services (561210)

PSC

OPERATION OF OTHER AIRFIELD STRUCTURES (M1BZ)

Set Aside

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

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Cannon AFB - Melrose Air Force Support Contract, which focuses on operations, maintenance, and support services at the Melrose Air Force Range (MAFR) in New Mexico. The contract aims to provide comprehensive services including training range operations, facility maintenance, electronic warfare support, and emergency medical services, with a base period of 60 months starting December 1, 2025, and options for extensions. This procurement is crucial for maintaining military readiness and operational efficiency, with an estimated budget of approximately $47 million structured as a firm-fixed-price contract. Interested small businesses are encouraged to participate, and proposals must be submitted electronically by April 11, 2025, with inquiries directed to Patricia Thatcher at patricia.thatcher@us.af.mil or Michael Boyd at michael.boyd.9@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) for the Melrose Air Force Range Support Contract outlines the framework for providing comprehensive military training support. Its primary mission is to deliver a fully functional Primary Training Range (PTR) accommodating various air-to-surface, surface-to-air, and ground training needs for the U.S. Air Force and other federal agencies. The scope encompasses nine support regimes, including facility maintenance, aerial gunnery, ground operations, and wildland fire services. Key requirements specify operational readiness, safety protocols, and personnel management, ensuring that trained Range Control Officers and paramedics oversee range activities. The document emphasizes the necessity of compliance with environmental standards and detailed record-keeping regarding both operations and maintenance tasks. Additionally, the contractor is responsible for managing equipment, including government-furnished property, while adhering to rigorous reporting requirements and maintaining essential communication with government representatives. The PWS reflects the government's commitment to enhance military readiness and training effectiveness within current operational frameworks and constraints. The structure comprises sections defining mission parameters, operational requirements, personnel roles, and necessary documentation for managing the contract effectively.
    The Performance Work Statement (PWS) for the Melrose Air Force Range (MAFR) Support Contract outlines the mission to provide comprehensive military training facilities and support for special operations forces. The document details the operational framework, management requirements, and performance expectations, emphasizing the importance of maintaining high readiness levels across multiple training environments. Key focuses include providing operations, maintenance, and support for various range types and ensuring safety and compliance with environmental regulations. The contractor is responsible for staffing with trained personnel, including Range Control Officers and paramedics, maintaining equipment, and managing scheduling and emergency responses. Coordination with government personnel is crucial for operational readiness and logistical support. Specific sections outline the operational hours, workload estimates, required personnel qualifications, and various reporting protocols to ensure the effective management of training activities. Emphasis is placed on safety, quality control, and environmental stewardship while adapting to evolving mission requirements. The PWS underscores the necessity of integrating current technologies and methodologies to enhance training capabilities at MAFR, reflecting the Air Force's commitment to operational excellence and readiness.
    The Performance Work Statement (PWS) for the Melrose Air Force Range Support Contract outlines the framework for providing essential training and operational support for military activities. The document emphasizes the need for a well-managed Primary Training Range (PTR) capable of accommodating diverse military training exercises, such as aerial gunnery, ground operations, and electronic warfare exercises. Key responsibilities involve facility management, maintenance of range equipment, and provision of personnel for critical operations, ensuring safety and compliance with federal regulations. The scope includes management of operations, scheduling, and conducting diverse training scenarios across various range classifications and operational requirements. It also mandates adherence to environmental policies and efficient use of government-furnished equipment while specifying staffing and reporting requirements. Crucial personnel must meet detailed qualifications, ensuring optimal operations without personal service implications. Requirements for transparent contract administration, including employee training and labor relations plans, illustrate a structured approach toward effective contract execution aligned with defense objectives. This PWS serves as a strategic tool for government entities to acquire services necessary for maintaining operational readiness within the military training framework, ensuring compliance with both federal and Air Force standards while efficiently utilizing resources.
    The document outlines various management and operational plans necessary for compliance with federal and state requirements across multiple operational areas within the Air Force, particularly focusing on Melrose Air Force Range and electronic warfare operations. Key sections include management plans, collective bargaining agreements, staffing and safety plans, as well as specialized training programs such as wildland fire management and electronic warfare maintenance. It specifies frequency and due dates for reporting requirements, including vehicle status reports, maintenance plans, and safety briefings, ensuring adherence to operational standards and safety protocols. The document emphasizes the vital nature of accurate data handling and maintenance procedures, highlighting the need for systematic reports including equipment status, personnel rosters, and safety inspections. Overall, this compilation serves as a comprehensive guide for contractors and personnel aiming to achieve compliance and operational efficiency in military training and resource management, reflecting the Air Force’s commitment to safety, environmental standards, and readiness.
    The document outlines the Incentive Option Period (IOP) clause for the Melrose Air Force Range (MAFR) Operation, Maintenance & Support (OM&S) contract. The initial five-year contract may be extended based on Contractor performance, with options for extensions of one to five additional years. Evaluations for the IOP award will consider five performance areas rated through the Contractor Performance Assessment Reporting System (CPARS): Quality, Schedule, Management, Small Business Subcontracting, and Regulatory Compliance. Each 12-month evaluation will influence the decision to grant the IOP, with a minimum score of 3.67 required, excluding Small Business Subcontracting and Regulatory Compliance scores, which operate as pass/fail criteria. A single unsatisfactory rating or two marginal ratings in any area will disqualify the contractor from receiving the IOP. This performance assessment process ensures accountability and encourages high standards of service within federal contracting, critical for effective government oversight in operations and maintenance sectors. The structure of the document presents clear contractual terms, evaluation criteria, and implications for contractors, reinforcing the significance of ongoing contractor performance evaluations in determining contract extensions within federal procurement processes.
    The document outlines the solicitation package attachments for the Operation, Maintenance, and Support (OM&S) at Melrose Air Force Range (MAFR) under RFP FA485525R0001. It comprises a list of 21 attachments essential for prospective bidders to review and prepare their proposals. Key components include the Performance Work Statement (PWS), technical exhibits, and various management plans and reports such as the Staffing Plan and Small Business Participation Commitment Document. Additionally, it contains forms related to price proposals, collective bargaining agreements, and environmental guides. The presence of addendums related to proposal instructions and evaluation criteria suggests a comprehensive framework for detailed submissions. Overall, the document serves as a crucial resource for vendors aiming to submit competitive bids while ensuring compliance with federal regulations and optimizing operational capacity at MAFR.
    The document appears to be inaccessible and appears to be a technical issue related to formatting. It suggests upgrading Adobe Reader to properly view the contents. The context implies that it could possibly include important information about federal or state RFPs (Requests for Proposals) or grants, which typically detail opportunities for funding or projects requiring bids from contractors. In general, such documents would outline the purpose of funding, eligibility criteria, application procedures, and requirements for submissions, aiming to facilitate the efficient allocation of government resources. Unfortunately, without the actual content from the document, a more precise summary cannot be provided.
    The document pertains to a federal government request for proposals (RFPs), grants, and related initiatives at the state and local levels. While the specific content is not accessible due to compatibility issues with the PDF viewer, the purpose of such documents typically involves soliciting proposals from businesses or organizations to deliver services, products, or projects that meet specified governmental needs. Key components would generally include eligibility criteria, evaluation procedures, budgetary requirements, and deadlines for submission. RFPs and grants serve to promote transparency and competitiveness in government spending and project allocation, allowing various stakeholders to participate in government contracts. Maintaining compliance with regulatory frameworks while addressing local or federal priorities is crucial. Agencies typically aim to enhance service delivery, ensure responsible fiscal management, and support economic growth through these initiatives. Such documents are vital for facilitating public-private partnerships and fostering innovation while ensuring that taxpayer funds are utilized effectively. Overall, interpreting these RFPs requires attention to detail regarding submission guidelines, scope of work, and adherence to established deadlines to secure funding or contract approvals.
    The document outlines the solicitation for the 2025 MAFR Operations, Maintenance & Support (OM&S) Services contract (FA845525R0001) for federal procurement, focusing on fair and complete cost proposals from offerors. It emphasizes the importance of accurate pricing data and specifies that only designated cells (highlighted in yellow) should be filled out in the Price Proposal Workbook. The document lays out the expectations for labor category pricing, including fully burdened labor rates and applicable taxes. Specific labor categories for service requirements are identified, along with guidelines for calculating rates based on the Collective Bargaining Agreement and Service Contract Act Wage standards. It also details the deliverables for various CLINs (Contract Line Item Numbers) and outlines conditions for optional years and pricing adjustments for potential extensions. This solicitation emphasizes compliance, clarity in proposals, and thorough documentation to ensure successful contract execution, reflecting standard practices in federal requests for proposals and grant applications.
    This Collective Bargaining Agreement establishes the terms between Altus Technology Solutions, Systems Application & Technologies Inc., and the International Association of Machinists & Aerospace Workers for employees at White Sands Lodge 2515, Cannon Air Force Base, from October 1, 2024, to September 30, 2027. Key provisions include mutual recognition of the Union, employee non-discrimination, union security, management rights, and overtime policies. The document details working hours, pay rates, benefits, and grievance procedures, emphasizing a collaborative environment to ensure industrial peace. Specific articles cover essential topics like leave policies, seniority, job classifications, and health and safety protocols. The Agreement underscores the importance of uninterrupted operations for governmental functions and outlines conditions for layoffs, contract work, and employee rights. By creating a structure for employee representation and management communication, the Agreement aims to promote a productive workplace while meeting contractual obligations to government agencies.
    The document is a disorganized and corrupted file containing data related to government RFPs (Requests for Proposals) and grants at federal, state, and local levels. The main purpose seems to be information regarding funding opportunities and potential projects requiring submissions from vendors or organizations seeking government contracts. Key ideas include funding allocations for services, operational project details, and application processes, though specifics are obscured due to data corruption. The document likely outlines the criteria for project bids and grant applications, emphasizing the need for compliance with governmental standards. Despite the damage, it indicates a structured framework typical of government grant and RFP documents, typically fostering transparency and competition in public funding. The summaries of specific proposals, requirements for submission, and deadlines would be crucial for stakeholders involved in governmental contracts, although much of this context is lost in the corrupted sections of the file.
    The document outlines a federal government procurement file related to the Melrose Air Force Range Operations and Maintenance Services Contract. It includes a detailed list of serialized items and non-serialized items, their descriptions, quantities, unit acquisition costs, and associated contract information. A wide variety of items are cataloged, ranging from high-speed buffers and cranes to medical equipment like defibrillators and generators. Each entry provides a unique National Stock Number (NSN), CAGE code, and part number, emphasizing the precise specifications required for government procurement. The purpose of this file is to streamline the acquisition process, ensure compliance with federal regulations, and facilitate efficient procurement for operational needs at the Air Force Range. The comprehensive nature of the attachment reflects meticulous planning to meet fiscal responsibility and operational efficiency in government purchases.
    The provided file appears to be corrupted or contains unreadable characters, hindering a thorough analysis. As a result, I am unable to extract any coherent information regarding government RFPs, federal grants, or state and local requests for proposals. The document's organization is indeterminate, making it impossible to identify main topics, key ideas, or supporting details. If a readable version of the file can be provided, I would be able to summarize effectively, capturing the essential content and insights related to government funding programs and proposal procedures.
    The document outlines the Incentive Option Period (IOP) Plan for the Operation, Maintenance, and Support (OM&S) of the Melrose Air Force Range (MAFR). It specifies criteria for evaluating Contractor performance to determine IOP eligibility, emphasizing objective performance metrics and fostering long-term relationships. Key personnel involved include a Contract Specialist (CS), Contracting Officer (CO), and Contracting Officer Representative (COR), each with defined roles in the evaluation and reporting process. The IOP will be awarded based on performance scores across five areas: Quality, Schedule, Management, Small Business Subcontracting, and Regulatory Compliance. A minimum average score of 3.67 is required for an IOP to be earned, with specific stipulations preventing the award if significant deficiencies occur in any area. The document also delineates the government's rights regarding IOP exercises and outlines the procedure for potential changes to the evaluation plan. Overall, this plan establishes a structured approach to assessing Contractor performance and incentivizing excellence in operations at MAFR.
    The document serves as an Environmental Guide for Civilian Contractors at Cannon Air Force Base (CAFB) and Melrose Air Force Range (MAFR), outlining requirements to minimize environmental impacts during project execution. It emphasizes adherence to federal, state, and local environmental regulations, including ISO 14001 Environmental Management System (EMS) guidelines. Contractors must submit hazardous material lists along with Safety Data Sheets and complete EMS Awareness Training before commencing work. Key responsibilities include managing hazardous materials, ensuring compliance with spill reporting procedures, and safeguarding natural resources. The guide is structured into chapters covering topics like rules and regulations, responsibilities, bioenvironmental engineering, hazardous material management, solid waste disposal, and air and water quality programs. Specific procedures include notification protocols for spills, hazardous waste disposal, and cultural resource preservation. Contractors must also provide a Solid Waste Disposal, Diversion, and Recycling Plan prior to construction. This document underscores the U.S. Air Force’s commitment to environmental stewardship, aligning project execution with sustainability and regulatory compliance while providing clear guidelines for contractors working on government projects.
    The Facility Manager Handbook FA485521R0002 serves as a comprehensive guide for managers at Cannon AFB, outlining their roles and responsibilities in facility management, safety, and environmental compliance. It emphasizes the importance of liaison work between the facility manager (FM) and the 27th Special Operations Civil Engineer Squadron, detailing protocols for service requests, emergency responses, and facility inspections. Key functions include submitting service requests for repairs and enhancements, ensuring safety inspections are carried out monthly, and managing facility abuse cases. The handbook covers essential topics such as emergency procedures, anti-terrorism measures, key control, and environmental management concerning hazardous waste, asbestos, and mold. The document systematically categorizes work prioritization, stressing preventative maintenance and emergency response, guiding FM duties toward operational efficiency and compliance with federal regulations. Specific sections address maintenance procedures, mandatory training, safety protocols, and the U-Fix-It program for minor repairs. Ultimately, this resource underscores the FM's critical role in maintaining safe and functional facilities, fulfilling compliance demands, and fostering a secure environment for personnel across the installation.
    The document outlines the Staffing Plan Matrix for a government Request for Proposal (RFP) FA485525R0001, detailing the labor categories and personnel requirements necessary for various tasks specified in the Performance Work Statement (PWS). It includes several Contract Line Item Numbers (CLINs), each corresponding to distinct operational support tasks such as Air & Ground Range Operations, Electronic Warfare Support, Range Scheduling, Paramedic Services, and Wildland Fire Management. Each task and its subtasks require careful documentation of the total number of personnel needed across various labor categories, ensuring sufficient staffing is reflected to meet contractual and operational demands. The document stresses the importance of adhering to the PWS for all tasks, indicating specific personnel skill requirements for each category and task. This structured approach enables government agencies to assess and select contractors based on their capability to staff and fulfill contract obligations. Ultimately, the document serves as a comprehensive guide for potential contractors to understand the staffing needs and organizational structure necessary for the successful execution of the specified tasks within the RFP.
    The Small Business Participation Commitment Document (SBPCD) Template outlines requirements for prime contractors in government contracts regarding small business utilization. It emphasizes the need for prime contractors to report the quantitative participation of small businesses by categorizing their involvement based on various classifications such as 8(a) and others. Contractors are required to provide detailed financial breakdowns of total contract values, including the dollar amount and percentage allocated to small businesses and their specific categories. Additionally, any small business participant must be pre-approved by the contracting officer and incorporated into the contract following appropriate modifications. The document serves as a critical tool to ensure compliance with small business participation goals and supports the federal agenda to enhance opportunities for small businesses in government procurement, ultimately fostering economic growth and diversity within the contracting landscape.
    The document outlines the procedures for incorporating aspects of successful proposals for the Melrose Air Force Range Operations, Maintenance, and Support (OM&S) into government awards. It emphasizes that the Government can integrate beneficial elements from awarded bids directly into the Performance Work Statement (PWS). This integration can occur through various methods, including narrative addendums, task paragraph addendums, and services summary addendums to ensure adherence to the specified performance objectives during execution. Each method details how the proposal references and exceeding performance thresholds will be embedded into the final agreements. Overall, the document serves as a guideline for the incorporation of awarded proposal strengths to enhance contract performance, thus affirming the Government's expectations from the contract execution process.
    The solicitation FA485525R0001 seeks a contractor for the operations, maintenance, and support of the Melrose Air Force Range (MAFR), a key Department of Defense training site. The MAFR encompasses over 70,000 acres and provides various training capabilities for Air Force Special Operations Command and joint Special Operations Forces. The contractor will manage numerous support regimes, including facility maintenance and training operations. Past performance is critical in the evaluation process, and respondents must complete a detailed questionnaire assessing the contractor's previous projects. Responses are required by April 1, 2025, to facilitate timely negotiations. The questionnaire evaluates performance based on criteria such as management effectiveness, quality control, schedule adherence, and collaboration with government personnel. The document underscores the importance of accurate assessments for selecting a capable contractor to support military training objectives effectively.
    The document outlines procedural guidelines for obtaining consent from potential subcontractors and commercial clients in response to Request for Proposal FA485525R0001 for Melrose Air Force Range Operations, Maintenance, and Support Services. It includes two sample letters: one for subcontractors or teaming partners to declare their intention to participate in the proposal and consent to share their past performance information with the prime contractor during the source selection process. The second letter serves as a client authorization template, granting permission for the government to access past performance information from commercial clients identified in the proposal. This information is essential for the government’s evaluation, as it places significant weight on present and past performance in the selection process. The document emphasizes the need for proper authorization to ensure compliance with federal regulations concerning information disclosure, demonstrating the structured approach to securing necessary partnerships and adhering to evaluation protocols in government contracts. Overall, it highlights the importance of collaboration and transparency in the procurement process for federal projects.
    The document outlines the proposal instructions for the Request for Proposal (RFP) FA485525R0001 for Melrose Air Force Range Operations, Maintenance, and Support. It emphasizes that proposals must be submitted electronically, adhere to specific formatting, and include a comprehensive set of documents organized into six volumes. Offerors must address technical requirements, provide past performance records, detail small business participation, and submit a price proposal. It is a Firm Fixed Price IDIQ contract, with a focus on small businesses competing for the contract. All submissions must comply with deadlines, and any exceptions to proposal terms must be clearly stated with rationale. Important procedures include a mandatory pre-proposal site visit, proposal validity of at least 120 days, and a structure that promotes clarity and compliance with evaluation standards. The document also highlights the importance of transparency in communications and provides contact details for the contracting officers. Overall, it serves as a comprehensive guide for potential offerors to navigate the proposal process effectively while ensuring alignment with federal contracting requirements.
    The document outlines the evaluation criteria and award process for a government Request for Proposal (RFP) related to the acquisition of commercial products and services, particularly for the U.S. Air Force. It emphasizes the use of Tradeoff Source Selection Procedures to determine the best value proposal, integrating technical capability, past performance, small business participation, and price. Notably, non-price factors are significantly more important than price, encouraging proposers to focus on their technical and management approaches. The evaluation process includes assessing proposals based on defined factors such as Technical Risk, Management Approach, Staffing, and Past Performance. The document specifies evaluation ratings, from "Outstanding" to "Unacceptable," and indicates that proposals rated as "Red" will not qualify for award. The aim is to select a responsible Offeror whose proposal best meets the Government’s needs. The process allows for discussion only if deemed necessary, with a strong inclination towards awarding contracts without such discussions. Ultimately, the document serves to inform potential contractors of the rigorous evaluation criteria involved, signifying the government's emphasis on achieving high-quality service provision while fostering small business participation within the bidding framework.
    The document outlines the Request for Proposal (RFP) FA485525R0001 for operations, maintenance, and support at Melrose Air Force Range (MAFR). It stipulates that only electronic proposals will be accepted, and that submissions must adhere to specific formatting, organization, and criteria detailed in the proposal instructions. The contract will be a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, awarded based on a Tradeoff source selection method. Proposals must include six volumes addressing executive summaries, technical details, past performance, small business participation, pricing, and contract documentation, each with specific content and page limits. Notably, only small businesses can submit proposals, and each must demonstrate compliance with applicable regulations and performance expectations. The document emphasizes that clarifications and questions must be directed to designated Contracting Officers and specifies procedures for handling proprietary information and amendments. The RFP aims to ensure all submissions are complete, competitive, and clearly demonstrate the offeror’s qualifications and approaches to fulfill contract obligations. This solicitation represents a structured process typical for federal contracts, ensuring fairness and adherence to government standards.
    This document outlines the evaluation and award process for a federal Request for Proposals (RFP), specifically utilizing the Tradeoff Source Selection Procedures as per the FAR and DFARS. The main purpose is to determine the best value contract award based on a comprehensive assessment of various factors. These include Technical, Technical Risk, Past Performance, Small Business Participation, and Price, with non-price factors considered more important than price alone. The evaluation process consists of rating Offerors' proposals according to their technical capabilities, performance confidence from previous contracts, and small business participation efforts. A meticulous approach to proposal assessment is described, emphasizing the importance of a clear understanding of management, staffing, and technical approaches. Furthermore, the document stresses the evaluation of past performance relevance, recency, and quality of work, stating that only the most recent and relevant contracts will be assessed. The intent to award without discussions encourages Offerors to submit their best initial proposals. Moreover, the document establishes guidelines for price evaluation to ensure reasonableness and balance, highlighting factors that could lead to proposal rejections in the absence of acceptable pricing. Overall, it demonstrates a structured and rigorous evaluation process central to federal government procurement practices.
    The document appears to be a compilation of various government files and requests pertinent to federal proposals, grants, and local RFPs (Requests for Proposals). Unfortunately, the data is heavily corrupted or encoded in a format that restricts the extraction of detailed content. However, from what is discernible, the file likely includes outlines of project requirements, eligibility criteria, funding opportunities, and application processes related to government funding initiatives. In contexts pertaining to federal and state grants, these documents typically serve to inform potential applicants about available financial resources for various projects aimed at enhancing community services, infrastructure development, or environmental conservation. Each RFP generally includes specific expectations and timelines for submission, alongside guidelines for budget proposals. Given the nature of RFPs and federal grants, the main purpose is to solicit competitive proposals that can provide value to public projects or initiatives. The emphasis is on transparency, accountability, and fostering innovative solutions through partnerships with private organizations or local governments. The fragmented nature of the document hampers a comprehensive insight, yet it emphasizes the essential role of such proposals in driving government objectives and community development efforts.
    The document outlines a solicitation for a contract supporting the Melrose Air Force Range (MAFR) Operations, Maintenance, and Support Service. The contractor will provide comprehensive support, including personnel, training, and supervision, to fulfill the air and ground range operational needs. The contract, with an estimated total award amount of $47 million, spans 60 months beginning in December 2025, with possible options for extension over several additional years. Key services include aerial gunnery, electronic warfare support, range scheduling, paramedic services, and wildfire management. Specific focus is placed on logistics, including the management of range equipment and vehicles. The solicitation emphasizes the contractor's responsibility for maintaining a fully functional training area to meet military training objectives. Various clauses address payment procedures, performance obligations, and compliance with applicable federal regulations. This solicitation is intended for women-owned small businesses, reinforcing government goals for inclusivity and support for disadvantaged business enterprises. It represents a strategic initiative to ensure high readiness levels for military personnel while leveraging the capabilities of diverse business partnerships.
    The document outlines a solicitation for a contract focused on the Operations, Maintenance, and Support Services (OM&S) for the Melrose Air Force Range (MAFR). It details the requirements for contractors to provide comprehensive support in various areas, including air and ground range operations, electronic warfare support, range scheduling, and paramedic services over a specified period. The contract will be funded up to $47 million and has a firm fixed price arrangements for most services, extending over 60 months from December 1, 2025, to November 30, 2030, with options to extend. Additional notes include that the contractor must fulfill specific regulatory clauses and maintain compliance with federal standards and billing instructions. The solicitation emphasizes the significance of a fully functional training range to meet warfighter readiness and training requirements, highlighting the operational necessity for well-maintained facilities and effective scheduling systems. This solicitation represents a significant government investment aimed at enhancing military training capabilities and ensuring operational readiness at the MAFR.
    The document outlines a Women-Owned Small Business (WOSB) solicitation for operations, maintenance, and support services at the Melrose Air Force Range (MAFR). The government seeks a contractor to provide comprehensive services including training range operations, facility maintenance, electronic warfare support, and emergency medical services over a base period of 60 months, commencing December 1, 2025, with options for extensions. Key responsibilities encompass the operation of various training ranges and maintenance of associated equipment, ensuring personnel are adequately trained and supplied for military readiness. The acquisition is budgeted at approximately $47 million, structured around a firm-fixed-price approach, with potential for additional costs based on labor hours for specific tasks. Compliance with federal acquisition regulations is mandatory, along with adherence to specific clauses regarding subcontractor management, invoicing, and reporting obligations. This solicitation promotes opportunities for women-owned businesses while emphasizing efficiency and safety in military training operations.
    The document outlines an amendment to a solicitation for a contract managed by the United States Air Force, specifically for a project identified as FA485525R0001. Key changes include the rescheduling of a pre-proposal site visit from March 10, 2025, to March 14, 2025, with the start time remaining unchanged. An updated version of the performance work statement (PWS) has been released, which contains minor changes highlighted in yellow. The response due date for offers has been extended from April 7, 2025, to April 11, 2025. Furthermore, the document details the conditions for participation in the site visit, emphasizing the need for pre-registration with specific personal information for attendees, restrictions on sustenance, and guidelines regarding business card distribution. Participants must submit their details by March 11, 2025. Questions from the site visit must be directed to listed contract specialists by March 21, 2025, with answers to be posted publicly. This amendment aims to ensure that all potential offerors are informed and prepared for the upcoming solicitation requirements and timelines.
    Lifecycle
    Similar Opportunities
    MAFR Well Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the repair of Well 3502 at the Melrose Air Force Range in New Mexico. The project involves the removal of an old pump, installation of a new 20 HP submersible pump, replacement of HDPE piping, and necessary electrical work, with the aim of restoring the well to operational status by February 2025. This procurement is crucial for maintaining water supply functionality at the facility, reflecting the Air Force's commitment to operational readiness and environmental compliance. Proposals are due by March 7, 2025, with inquiries accepted until March 4, 2025; interested vendors should contact A1C Christian London at christian.london@us.af.mil or 575-904-4931 for further details.
    FY22 MISSILE ASSEMBLY SUPPORT BUILDING TACTICAL EQUIPMENT MAINTENACE FACILITY (TEMF), WHITE SANDS MISSILE RANGE (WSMR), DONA ANA COUNTY, NEW MEXICO
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Missile Assembly Support Building Tactical Equipment Maintenance Facility (TEMF) at White Sands Missile Range in Dona Ana County, New Mexico. This project aims to enhance missile assembly operations and requires construction services with an estimated budget between $25 million and $100 million, utilizing a Lowest Price Technically Acceptable (LPTA) acquisition method. The procurement process emphasizes compliance with federal regulations, including safety standards and environmental considerations, and requires detailed technical and price proposals from interested contractors. Proposals are due by March 6, 2025, and interested parties can contact Diana Keeran at diana.m.keeran@usace.army.mil or Erica Talley at erica.m.talley@usace.army.mil for further information.
    27th LRS Vehicle BPA
    Buyer not available
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for a Blanket Purchase Agreement (BPA) to provide vehicle maintenance and repair services at Cannon Air Force Base in New Mexico. The contractor will be responsible for delivering non-personal vehicle repair services over a five-year period, ensuring compliance with industry standards and utilizing their own labor, parts, and tools. This procurement is critical for maintaining the operational readiness of the Air Force's vehicle fleet, emphasizing the need for reliable and quality repair services. Proposals are due by March 12, 2025, with questions accepted until February 20, 2025. Interested vendors must contact Gaige Macomber at gaige.macomber@us.af.mil or Logan Gaib at logan.gaib@us.af.mil for further details.
    Live Fire Range 2025
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking qualified contractors to provide comprehensive shooting range and lodging services for military training at Hurlburt Field, Florida, under the project titled "Live Fire Range 2025." The contractor will be responsible for managing three operational pistol ranges and two rifle ranges, ensuring compliance with safety standards, and providing adequate billeting facilities for instructors and students when necessary. This procurement is crucial for supporting the Air Force's training programs and operational readiness, with a total funding ceiling of $337,312 for the Blanket Purchase Agreement (BPA), allowing individual purchase calls up to $25,000. Interested parties must submit their quotes by March 7, 2025, and can contact Dani English at dani.english@us.af.mil or Antonio Ortega at antonio.ortega.12@us.af.mil for further information.
    DESIGN BID BUILD FY25 Small Arms Storage Facility, Kirtland Air Force Base (KAFB) BERNALILLO COUNTY, NEW MEXICO
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design Bid Build of a Small Arms Storage Facility at Kirtland Air Force Base in Bernalillo County, New Mexico. This project, estimated to cost between $5 million and $10 million, requires contractors to adhere to strict safety, regulatory, and quality standards, including compliance with the 2024 International Building Code and the Davis-Bacon Act. The facility is crucial for enhancing military operational readiness by providing secure storage and handling of small arms and explosives. Interested contractors, particularly those certified under the 8(a) program, must submit their proposals by the specified deadlines and can contact Karen Irving at karen.k.irving@usace.army.mil or Erica Talley at erica.m.talley@usace.army.mil for further information.
    Repair Drainage and Outfalls
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is issuing a Request for Proposal (RFP) for the Repair Drainage and Outfalls project at Malmstrom Air Force Base in Montana. This firm fixed-price contract aims to replace and repair storm drainage facilities, requiring contractors to supply all necessary personnel, equipment, and materials to fulfill the project specifications. The initiative is crucial for maintaining infrastructure integrity and environmental compliance, with an estimated contract value between $1 million and $5 million, set aside for total small businesses. The RFP is expected to be released on or after March 10, 2025, with a closing date around April 11, 2025, and a performance period of 180 days following the Notice to Proceed. Interested contractors must be registered in the System for Award Management (SAM) and can contact Zachary Grosshaeuser at zachary.grosshaeuser@us.af.mil or Colleen T. Goad at colleen.goad.1@us.af.mil for further information.
    Matlab 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of MATLAB software maintenance services for the 704th Test Group, covering the 746th and 846th Test Squadrons. The contract aims to secure maintenance for two master licenses, which includes the renewal of 37 individual licenses and the provision of six new licenses with associated toolboxes, essential for the squadrons' computational and simulation tasks critical to their testing missions. This opportunity is set aside for small businesses, with a total award amount of $47 million, and requires submissions by 10:00 a.m. (MST) on December 13, 2024. Interested vendors should contact Nathan Jaye at nathan.jaye@us.af.mil or Brett Moore at brett.moore.6@us.af.mil for further details.
    Munitions Material Handling Equipment (MMHE) Follow-on
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Munitions Material Handling Equipment (MMHE) Follow-on contract, aimed at enhancing munitions handling and storage capabilities. This procurement involves the manufacturing, refurbishing, and prototyping of MMHE equipment, with a focus on compliance with technical and management requirements as outlined in the Statement of Work (SOW). The equipment is critical for ensuring efficient and secure handling of munitions, supporting both domestic and international operations. Interested small businesses must submit their proposals by April 16, 2025, with inquiries accepted until April 2, 2025. For further information, potential contractors can contact Ashley Goodman at ashley.goodman.2@us.af.mil or James Barnes at james.barnes.49@us.af.mil.
    Goodfellow Grounds Maintenance FY25
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for grounds maintenance services at Goodfellow Air Force Base in Texas for fiscal year 2025. The contract, estimated at $9.5 million, encompasses a range of services including the maintenance of improved and unimproved grounds, irrigation systems, debris removal, pest control, and shrub pruning, all aimed at ensuring a well-maintained environment that supports the base's operational needs. This procurement is set aside for economically disadvantaged women-owned small businesses, emphasizing the government's commitment to fostering diversity in federal contracting. Interested parties should direct inquiries to SSgt Merrick Ferguson at merrick.ferguson.1@us.af.mil or 325-654-5310, and must adhere to the specified performance standards and wage determinations outlined in the solicitation documents.
    FA8604, MQ9 Fuselage and Wings/Tails Trailer Paint Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the MQ9 Fuselage and Wings/Tails Trailer Paint Services, as outlined in the combined synopsis/solicitation FA860425RB012. The procurement involves painting two fuselage trailers and wings/tails trailers, with a requirement for completion within 15 business days following delivery to the contractor's facility, adhering to military standards for quality and safety. This initiative supports the Air Force's need for specialized painting services due to the lack of in-house capabilities and emphasizes the government's commitment to engaging small businesses, particularly those that are women-owned or economically disadvantaged. Interested contractors should contact Emily A. Gomez at emily.gomez.3@us.af.mil or Andrew Petersen at andrew.petersen.3@us.af.mil, with the performance period set from March 1, 2025, to September 30, 2025, and a deadline for proposals by January 31, 2025.