Amendment 4:
- Updated Attachment 2 - Provisions and Clauses, removing FAR 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation, in accordance with Class Deviation 2025-O0004, Revocation of Executive Order on Sustainability
Amendment 3:
- Updated CLIN structure to combine lodging, travel, and rental. Changed CLIN units of measure from "Each" to "Job"
- Extended quotes due date to 18 April 2025 at 1000 MT (Mountain Time)
Amendment 2:
- Updated Attachment 1 - Performance Work Statement (14 April 2025, substantive changes in RED)
- Updated Period of Performance in Description
- Changed questions due date to 15 April 2025 at 1000 MT
Amendment 1:
- Add Attachment 5 - Wage determination
- Removed questions due date
- Updated Contract Specialist and Contracting Officer information
- Updated Attachment 2 - Provisions and Clauses
- Removed disclaimer that site may change
- Added "Contractor shall begin attending Wings Over Wyoming working group meetings immediatly after contract award"
Combined Synopsis/ Solicitation Number: FA461325Q1008
Purchase Description: Wings Over Wyoming Air Boss and Announcer
This is a Combined Synopsis/ Solicitation Notice for commercial services prepared in accordance with FAR Part 12, FAR Part 13, and FAR Part 37 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/ notice; responses/ quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to SAM.gov as a TOTAL SMALL BUSINESS SET-ASIDE.
The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461325Q1008, as a Request for Quotation using FAR Part 12, Acquisition of Commercial Services, FAR Part 13; Simplified Acquisition Procedures; and FAR Part 37, Service Contracting. The North American Industrial Classification System (NAICS) code for this procurement is 711310-Promoters of Performing Arts, Sports, and Similar Events without Facilities with a small business standard of $40M.
The Government intends to award a Firm Fixed-Price contract. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations FAC Number 2025-03 effective 17 January 25 Defense Federal Acquisition Regulation Supplement Change Number DFARS Change 01/17/2025 effective 17 January 25, and Department of the Air Force Federal Acquisition Regulation Supplement Change Number DAFFARS 10/16/2024 effective 16 October 24.
DESCRIPTION OF ITEMS/ SERVICE: All CLINS F.O.B Destination
In accordance with the Performance Work Statement, the contractor shall provide all management, tools, supplies, equipment, and labor necessary to complete a pre-show briefing to all participants covering air operations and performer flight safety and narrate the Airshow to keep the audience aware of ongoing and upcoming events, special recognition, activities, entertainment, and concessions. As Air Boss, the contractor will direct aircraft on the ground within open house (airshow) boundaries and waivered airspace (Air Traffic Control [ATC] may assist, pursuant to local arrangements). The Air Boss will also verify airspace waivered for non-air traffic control agency to take control. The contractor’s highest responsibility is crowd control during a mishap or emergency and therefore must be thoroughly familiar with the mishap/emergency response plan, the location of emergency exits, and able to assist appropriate agencies with crowd control in the event of an emergency. The contractor will be briefed and signed off on the mishap/emergency response plan prior to the show by the F.E. Warren disaster response team in conjunction with local authorities.
CLIN STRUCTURE:
CLIN 0001 Air Boss
Quantity: 1 Unit of Issue: Job
Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________
CLIN 0002 Announcer
Quantity: 1 Unit of Issue: Job
Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________
CLIN 0003 Travel and Lodging
Quantity: 1 Unit of Issue: Job
Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________
(Price must include ALL work outlined within the PWS)
PLACE OF PERFORMANCE:
F.E Warren AFB or Cheyenne Regional Airport (as applicable).
PERIOD OF PERFORMANCE:
From date of contract award to 31 July 2025.
The contractor shall begin attending Wings Over Wyoming working group meetings immediatly after contract award. The air show is currently scheduled for 26 July 2025. The contractor must be physically on-site from 21 July 2025 through 26 July 2025.
QUESTIONS:
Questions shall be received no later than 15 April 2025 at 1000 MT. Forward responses by e-mail to Mrs. Amber Wiltanger (amber.wiltanger@us.af.mill) and 1st Lt Matthew Gauert (matthew.gauert.2@us.af.mil).
QUOTES:
Responses/quotes MUST be received no later than 18 April 2025 at 1000 MT in order to be considered timely. Forward responses by e-mail to Mrs. Amber Wiltanger (amber.wiltanger@us.af.mill) and 1st Lt Matthew Gauert (matthew.gauert.2@us.af.mil).
Any quote, modification, or revision of a quote received after the exact time specified in this solicitation shall be determined as late and may not be considered.
OTHER INFORMATION:
Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award. This is a notice that this order is an open market requirement for Wings Over Wyoming Air Boss and Announcer Services. This acquisition is a Total Small Business Set-Aside and posted in SAM.gov. Only quotes submitted by businesses holding NAICS Code 711310 will be accepted by the Government.
INSTRUCTIONS TO OFFERORS:
Offerors shall comply with FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023)
FAR 52.212-1 is hereby tailored as follows:
- Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.
- After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.
- The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.
- The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable, therefore, unawardable.
- Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:
In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:
- Completed copy of Attachment 4 – Contractor Response Form
- Firm Fixed Pricing to include:
- Price Per CLIN
- Total Price
- Discount Terms (if applicable)
- Quote Number (if applicable)
- Quote Valid Until Date
- Technical
- Past Experience:
- Offeror must provide four completed past experiences within the last three years to be evaluated that shows the capability to provide air show management, announcing, and safety protocols as they are defined in the Flight Standards Information Management System 8900.1A publication, Volume 5, Chapter 9, Section 6. Offeror must provide the following:
- Place and period of performance
- Description of services
- Customer POC: name, email, and phone number
- Proof of being FAA-recognized Air Boss.
- Evidence of personal liability insurance of $1,000,000.00.
Disclaimer: This list is not all inclusive. The contractor shall ensure complete understanding of the Performance Work Statement.
EVALUATION:
ADDENDUM TO FAR 52.212-2 EVALUATION—COMMERCIAL ITEMS (Nov 2021)
Paragraph (a) is hereby replaced with the following:
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes that do not include all requested information in FAR 52.212-1 will be considered nonresponsive. Award will be made to the offeror with the lowest priced technically acceptable (LPTA) quote. The following factor(s) shall be used to evaluate offers:
1. Technical Capability: items meet the Government requirement/specifications IAW Attachment 1 – Performance Work Statement showcasing the capability to provide air show management, announcing, and safety protocols. If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be nonresponsive.
2. Price:
- The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives three (3) or more quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.
- Price will be evaluated to ensure fair and reasonable pricing. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable.
- No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.
(End of Provision)
LIST OF ATTACHMENTS:
Attachment 1- Performance Work Statement
Attachment 2 - Provisions and Clauses
Attachment 3 - Supplemental Clauses
Attachment 4 - Contractor Response Form
Attachment 5 - Wage Determination