Loading...
FA704626QRJS1
Response Deadline
May 26, 2026, 7:00 PM(MDT)14 days
Eligibility
Contract Type
Solicitation
Evaluation factors will be the following in accordance with FAR 12.203:
52.212-2 Evaluation—Commercial Products and Commercial Services.
As prescribed in 12.205(a)(2), insert a provision substantially as follows:
(a) Evaluation factors. 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. The following factors will be used to evaluate offers:
a. At minimum, address capabilities to provide services as described in the SOW and provide U.S. citizens to perform the work. Provide a generalized list of what services are provided to meet the standards of the SOW and if any materials and equipment is with the sole position of your company and indicate if the company already owns the required equipment or will it be rented/leased/etc.
b. Answer the following questions: Based on the information contained in the SOW, what length of time is needed to complete the work, how many personnel are expected to perform the work, and can work be accomplished with the current company staffing.
(b) Options (if applicable). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s).
(c) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
Price - will be evaluated for pricing on an individual line price and total price
Past Performance - offerors will be reviewed for negative past performance indicators--no information is required as part of their quote
Technical Approach - timeline, quality of materials/carpet/paint quoted, completeness of quotation (period of performance is to be included as part of quote)
Following review of evaluation factors, quotes will be used for comparative analysis to all quotes received, with the quote providing the best value to the government being selected for award.
Anticipated contract type: Firm-Fixed Price
As noted in the attached Statement of Work, the contractor shall furnish all materials, labor, coordination and supervision necessary to accomplish the work in the AFOTEC Building 20130, Kirtland AFB, NM. Work shall be performed in a neat, substantial and in a workmanlike manner.
Progress payments may be included if contractor anticipates the period of performance will exceed 30 days. If progress payments are requested, please indicate such in your quote and provide a breakout of total labor and material prices for the purpose of determining completion percentage.
Anticipated CLIN Structure
0001 AFOTEC Building 20130 Direct Labor Carpet
0002 AFOTEC Building 20129
A site visit will be conducted on 18 May -- Contact Mr. Vences Roybal at vences.roybal@us.af.mil and TSgt Robert Sovern at robert.sovern@us.af.mil for access request information and tracking. Questions received prior to and/or during the site visit will be answered by Noon MDT on 20 May 26 and posted as an amendment to this solicition in the attachments.
Provisions IBR
52.204-7 System for Award Management—Registration
52.204-90 Offeror Identification
52.219-2 Equal Low Bids
52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan-Certification
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
52.223-4 Recovered Material Certification
52.240-90 Security Prohibitions and Exclusions Representations and Certifications
Provisions Full Text
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation.
As prescribed in 3.909-3(a), insert the following provision:
Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017)
(a) Definition. As used in this provision-
Internal confidentiality agreement or statement, subcontract, and subcontractor , are defined in the clause at 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.
(b) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions), Government agencies are not permitted to use funds appropriated (or otherwise made available) for contracts with an entity that requires employees or subcontractors of such entity seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(c) The prohibition in paragraph (b) of this provision does not contravene requirements applicable to Standard Form 312, (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information.
(d) Representation. By submission of its offer, the Offeror represents that it will not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the performance of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information (e.g., agency Office of the Inspector General).
(End of provision)
52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate
As prescribed in 25.601(b)(2)(i), insert the following provision:
Buy American-Free Trade Agreements-Israeli Trade Act Certificate (DEVIATION DATE)
(a)
(1) The Offeror certifies that each end product, except those listed in paragraph (b) or (c)(1) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c)(2) of this provision contains a critical component.
(2) The terms "Bahraini, Moroccan, Omani, Panamanian, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "critical component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act."
(b) The Offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahraini, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act":
Free Trade Agreement Country End Products (Other than Bahraini, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products:
Line item No.Country of origin
______________
_________________
______________
_________________
______________
_________________
[List as necessary]
(c)
(1) The Offeror shall list those supplies that are foreign end products (other than those listed in paragraph (b) of this provision) as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act."
Other Foreign End Products:
Line Item No.Country of origin
______________
_________________
______________
_________________
______________
_________________
[List as necessary]
(2) The Offeror shall list the line item numbers of domestic end products that contain a critical component (see FAR 25.105).
Line Item No. ___
[List as necessary]
(d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation.
(End of provision)
Alternate I [Reserved]
Alternate II (Jan 2025). As prescribed in 25.601(b)(2)(ii), substitute the following paragraph (b) for paragraph (b) of the basic provision:
(b) The offeror certifies that the following supplies are Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”.
Israeli End Products:
Line Item No.
______________
______________
______________
[List as necessary]
Alternate III (Jan 2025). As prescribed in 25.601(b)(2)(iii), substitute the following paragraph (b) for paragraph (b) of the basic provision:
(b) The Offeror certifies that the following supplies are Korean end products or Israeli end products as defined in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”.
Korean End Products or Israeli End Products:
Line Item No.Country of origin
______________
_________________
______________
_________________
______________
_________________
[List as necessary]
Clauses IBR
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-13 System for Award Management Maintenance
52.209-10 Prohibition on Contracting with inverted domestic Corporations
52.222-3 Convict Labor
52.222-50 Combating Trafficking in Persons
52.223-23 Sustainable Products and Services
52.232-33 Payment by Electronic Funds Transfer—System for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.244-6 Subcontracts for Commercial Products and Commercial Services
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-91 Contractor Identification
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6 Notice of Total Small Business Set-Aside
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-41 Service Contract labor Standards
52.222-62 Paid Sick Leave Under Executive Order 13706
52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.240-91 Security Prohibitions and Exclusions
52.240-93 Basic Safeguarding of Covered Contractor Information Systems
52.236-2 Differing Site Conditions
52.236-3 Site Investigation and Conditions Affecting the Work
52.236-6 Superintendence by the Contractor
52.236-8 Other Contracts
52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements
52.236-10 Operations and Storage Areas
52.236-12 Cleaning Up
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE OPERATIONAL TEST AND EVALUATION CENTER
FA7046 HQ AFOTEC A 7K
FA7046 HQ AFOTEC A 7K
BLDG 20130 CP 505 846 8423
1251 WYOMING BLVD SE
KIRTLAND AFB, NM, 87117-0001
NAICS
Commercial and Institutional Building Construction
PSC
REPAIR OR ALTERATION OF OFFICE BUILDINGS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)