-----------------------------------------------------------------------------------
Update as of 16 April 2025
-----------------------------------------------------------------------------------
New questions asked as of 3 PM on 16 April 2025 have been attached in the document "Q and A - 16 April.pdf"
-----------------------------------------------------------------------------------
Update as of 10 April 2025
-----------------------------------------------------------------------------------
Please be advised
Pictures of the required work areas have been included on the new Q&A document.
Q&A
The following updates are to answer questions asked from the Site Visit conducted 10 April 2025 at 10 AM. New questions have been laid out in the attached document "Q and A - 10 April.pdf"
PWS Changes
A couple of changes to the PWS have been made, the new PWS has been attached as "Performance Work Statement - Updated 10 April.docx"
Change 1: Bullet 2 of Section 3.1 AHU 1 Cleaning.
- The cleaning method was changed to say "Steam Cleaning or power washing"
Change 2: Bullet 3 of Section 3.1 - AHU 1 Cleaning
- This bullet was added, it says "Return Plenum: The internal lining of this area needs to be sealed or encapsulated"
- Please note, pictures of this area have been included on the document "Q and A - 10 April.pdf"
Change 3: Bullet 1 of Section 3.3 - Workspace Protection and Cleanup
- Verbiage was changed to say "...to include the SE wing, ensuring that the area is not disturbed during the process to..."
Change 4: Bullet 1 of Section 9 - Points of Contact
- The Facility Manager was changed from Michael Dalton to Steven Elliott, 312-785-0801, steven.elliott.15@us.af.mil
-----------------------------------------------------------------------------------
Update as of 1 April 2025
-----------------------------------------------------------------------------------
New questions asked as of 11 AM on 1 April 2025 have been attached in the document "Q and A - 1 April.pdf"
-----------------------------------------------------------------------------------
Update as of 28 March 2025 - 11 AM
-----------------------------------------------------------------------------------
New questions asked as of 11 AM on 28 March 2025 have been attached in the document "Q and A - 28 March (11 AM).pdf"
Please be advised, potential contractors may send two people to the site visit.
-----------------------------------------------------------------------------------
Update as of 28 March 2025
-----------------------------------------------------------------------------------
New questions asked as of 10 AM on 28 March 2025 have been attached in the document "Q and A - 28 March.pdf"
-----------------------------------------------------------------------------------
Update as of 26 March 2025
-----------------------------------------------------------------------------------
First, the Government would like to advise all prospective contractors that there is no Government technical expert for this solicitation. As such, the Government will not be able to answer every technical question submitted by prospective contractors. If you have a question, please continue to submit those, however, note that the Government may be unable to answer them. It is understood that this may make it difficult to accurately quote this project. To mitigate this reality, a site visit has been scheduled (See details below).
Site Visit
We will be hosting a Site Visit on Thursday, 10 April. We will meet at Building 11A (The location in the SOW) at 10 AM. If you would like to attend, please send the required information listed below by 1 PM on Wednesday April 2 to Matthew Shofner (matthew.shofner.1@us.af.mil) and Claire Hess (claire.hess@us.af.mil). Once received, we will submit your information to Security Forces to get you a visitor pass. You will be required to pick up your pass on the day of the Site Visit in Area A prior to arriving at Building 11A in Area B.
Information Required to Submit a Visitor Pass Request
- Visitor’s first and last name exactly as it appears on their driver’s license
- Visitor’s driver’s license or state ID number and state of issuance OR visitor’s US passport number
Attached is a document with basic directions for the day of the Site Visit and a map of Wright-Patterson AFB (You should be able to use Apple Maps or Google Maps though).
Due Date Extension
The due date for this solicitation is hereby extended to Thursday, 17 April at 1 PM.
Questions & Answers
As stated previously, not every technical question has been answered. However, attached is a Q&A Document with some answers to contractor questions.
PWS Change
Additionally, a couple of edits have been made to the PWS for this effort. Paragraph 1 of Section 3.3 is changed from…
“Before work begins, the Contractor shall protect all workspaces with plastic sheeting to prevent dust and debris contamination.”
To…
“Before work begins, the Contractor shall protect all workspaces in the immediate and surrounding work environment that would be affected or negatively impacted during the cleaning process, to include the SE wing if that area is disturbed during the process to prevent dust and debris contamination.”
Moreover, the verbiage below was added to section 8.
“The contractor shall prevent its personnel from entering any area other than the designated work area. The contractor must be escorted by a government official at all times within our facilities.”
The updated PWS is attached.
Please continue to send any information or quotes to Matthew Shofner (matthew.shofner.1@us.af.mil) and to Claire Hess (claire.hess@us.af.mil). As a reminder, please note: due to the email server, any emails that exceed 5 megabytes might not go through. Emails with compressed files are not permitted. Note that email filters at Wright-Patterson Air Force Base are designed to filter emails without subject lines or with suspicious subject lines or content (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the email may not get through the email filters. Also be advised that .zip or .exe files are not allowable attachment and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls, or .xlsx documents are sent. The email filter may delete any other form of attachments.
-----------------------------------------------------------------------------------
Original Posting
-----------------------------------------------------------------------------------
Instructions to Offerors for Solicitation FA860125Q0057
Department/Ind. Agency - Department of Defense (DoD)
Sub-Tier - Department of the Air Force (DAF)
Major Command - Air Force Material Command (AFMC)
Sub-Command - Air Force Life Cycle Management Center (AFLCMC)
Office - FA8601AFLCMC PZIO
Contract Specialist Contact - 2d Lt Matthew Shofner (matthew.shofner.1@us.af.mil)
Contract Officer Contact - Claire Hess (claire.hess@us.af.mil)
This solicitation is for commercial services in accordance with the formation for FAR 12.6. This announcement constitutes the only solicitation, as a synopsis is not needed in accordance with FAR 5.202(a)(13). This solicitation is expected to result in the award of a firm-fixed price contract for HVAC Duct Work Cleaning services in the basement and 1st floor of Building 11A at Wright-Patterson AFB as described in the requirements section of the attached Performance Work Statement. The period of performance is 90 calendar days after contract award.
The Government reserves the right to award without discussions or make no award at all depending on 1) the quality of quotations received and 2) whether proposed prices are determined to be fair and reasonable.
Proposals are being requested and an award, if any, will be made to the lowest priced Offeror who submits a proposal that:
1) Conforms to the requirements of the solicitation and the Statement of Work
2) Receives a rating of "Acceptable" on the Technical Capability evaluation factor
3) Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable
*Please include the total quoted price in the submission email or on a cover page of the quote
The solicitation number for this requirement is FA860125Q0057 and is hereby isued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Products and Commercial Services, and FAR Part 13, Simplified Acquisition Procedures.
Required Proposal Items: Proposals may be in any format but MUST include:
1. Proposing company’s name, address, SAM Unique ID, Cage Code, and TIN
2. Point of contact’s name, phone, and email
3. Proposal number & date
4. Timeframe that the proposal is valid
5. Total Price
6. Shipping (FOB Destination)
7. Completed copy of Representations and Certifications (Attached)
8. See Statement of Work for additional quote requirements
The proposals may be in any format, but shall consist of two separate parts, a technical proposal and a price proposal. The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities or experience and will base its evaluation on the information presented in the offer submitted.
Acceptable means of Submission: All submissions must be submitted electronically to both the Contracting Officer (Claire Hess, claire.hess@us.af.mil) and the Contracting Specialist
(Matthew Shofner, matthew.shofner.1@us.af.mil), by Friday, 4 April 2025, at 12:00 PM ET.
Any correspondence sent via email must contain the subject line “FA8601-25-Q-0057, HVAC Cleaning Services - B11A.” The entire proposal must be contained in a single email, unless otherwise approved, including attachments. Please note: due to the email server, any emails that exceed 5 megabytes might not go through. Emails with compressed files are not permitted. Note that email filters at Wright-Patterson Air Force Base are designed to filter emails without subject lines or with suspicious subject lines or content (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the email may not get through the email filters. Also be advised that .zip or .exe files are not allowable attachment and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls, or .xlsx documents are sent. The email filter may delete any other form of attachments. A confirmation email will be sent once the proposal is received. If you do not receive a confirmation email within 24 hours of submitting the proposal, please reach out to the point of contacts listed on the solicitation.
Submittal of proposals in response to this solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the internet website https://www.acquisition.gov. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received.
Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow – Receipt and Acceptance (WAWF – RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at
http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.
Attachment
1) Building Plans - BLDG11A 1ST FLR EAST
2) Building Plans - BLDG11A 2ND FLR
3) Building Plans - BLDG11A Basement
4) Solicitation Document (SF 1449)
5) Performance Work Statement
6) Representations and Certifications