Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense, specifically the Air Force, is soliciting quotes for the repair of the gate operator apparatus at the Munitions Storage Area entry control point on Barksdale Air Force Base, Louisiana. This 100% small business set-aside contract, identified as FA460825QS019, requires all labor and supplies for the repairs within 60 days post-award. Interested bidders must comply with FAR regulations and review the attached Wage Determination.
Combined Synopsis & Solicitation
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. The solicitation number is FA460825QS019 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2025-04) as of 11 June 2025. This is a set aside for 100% small business and the associated North American Industry Classification (NAICS) number is 561621. The small business size standard is $25M.
Contracting Office Address:
Department of the Air Force (DAF), Air Force Global Strike Command (AFGSC), 2d Contracting Squadron (2 CONS), 801 Kenney Avenue, Building 4400, Suite 2301, Barksdale Air Force Base (AFB), Louisiana (LA), 71110, United States (US).
DESCRIPTION/PURPOSE
The purpose of this requirement is to provide repair services for the gate operator apparatus and accessory items of the Munitions Storage Area (MSA) entry control point (ECP) on Barksdale AFB, Louisiana IAW Attachment 1- Provisions and Clauses, Attachment 2 – Statement of Work (SOW) and Attachment 3 – Wage Determination.
CLIN 0001 – The Contractor shall provide all labor and supplies necessary to repair the gate operator apparatus and accessory items of the Munitions Storage Area (MSA) entry control point (ECP) IAW Attachment 1- Provisions and Clauses, Attachment 2 – Statement of Work (SOW) and Attachment 3 – Wage Determination.
PERIOD OF PERFORMANCE: Sixty Day (60) after award.
PLEASE PROVIDE INFORMATION BELOW: COMPANY: _______________________________________________ DATE: ________________________ SAM UEI: ____________________________________________ CAGE NUMBER: _______________________ POC:__________________________________________ TELEPHONE #: ____________________________ E-MAIL ADDRESS: ____________________________________ TAX ID #: __________________________
Do you have capacity to invoice electronically through WAWF? (Yes / No)
Notice to Offeror(s)/Supplier(s): Funds are presently available for this effort. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
IMPORTANT (MUST READ):
1.This solicitation is subject to the Federal Acquisition Regulation (FAR). Quoters should carefully review the attached Wage Determination. While the Wage Determination may contain language referencing the implementation of Executive Order 14026 (Increasing the Minimum Wage for Federal Contractors), the application of Executive Order 14026 and its implementing regulations under this contract are governed by the FAR.
As of the date of this solicitation, Federal Acquisition Regulation FAC Number 2025-04, effective June 11, 2025, has not issued any amendments to FAR clause 52.222-55. Therefore, FAR clause 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026, as currently in effect under the FAR, will be incorporated into any resulting contract.
Although Executive Order 14026 has been rescinded, implementing language and regulations rescinding FAR 52.222-55 have not been issued. Therefore, FAR 52.222-55 remains in full force and effect until formally modified or rescinded through the FAR.
Quoters are responsible for understanding and complying with all applicable FAR clauses, including, but not limited to, FAR clause 52.222-55, as currently in effect. Any inconsistency between the attached Wage Determination and the requirements of FAR clause 52.222-55 shall be resolved in favor of the FAR clause. By submitting a quote in response to this solicitation, the quoter acknowledges and agrees to the terms and conditions set forth in this information.2.The provisions FAR 52.212-1 and 52.212-2 apply to this acquisition. For additional instructions and evaluation information, please see attachment 1.
Quotes shall be submitted in electronic format and emailed to shakera.wilson@us.af.mil no later than the solicitation due date and time. Email is the required method; however, it is the contractor’s responsibility to follow up with the listed POC to ensure their quote was received on time. Since the Government anticipates award will be based on initial responses, vendors are highly encouraged to quote their most advantageous pricing in their initial response.
BEST VALUE DETERMINATION: The Government intends to award a contract to a responsible quote that is determined to be the Most Advantageous to the Government based upon an integrated assessment of the evaluation factors.
IMPORTANT DATES AND TIMES:
The following attachments are applicable to this RFQ:
Points of Contact (POCs):
Contract Specialist: SSgt Shakera Wilson; Telephone: (318) 456-3493; Email: shakera.wilson@us.af.mil
Contracting Officer: Thomas Hutchins; Telephone: (318) 456-3729; Email: thomas.hutchins.2us.af.mil
307TH GATE OPERATOR REPLACEMENT is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.