Loading...
FA461326Q1037
Response Deadline
Jun 12, 2026, 4:00 PM(MDT)28 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
Combined Synopsis/Solicitation
Solicitation Number: FA461326Q1037
Purchase Description: PKB Launch Control Center (LCC) Cleaning IDIQ (Service)
Type of Set-Aside: Small Business
Restrictions: No foreign participation authorized. As stated in the presolicitation notice, vendors must note that this involves secure nuclear facilities, meaning that all personnel will undergo a strict evaluation and background check before being granted clearance to the facility to perform work.
This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in RFO Part 12, 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 100% Total Small Business Set-Aside.
The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461326Q1037, as a Request for Quote using RFO Part 12, Acquisition of Commercial Products and Commercial Services. The North American Industrial Classification System (NAICS) code for this procurement is 561720, with a small business size standard of $22M.
The Government intends to award a Firm Fixed-Price, Indefinite Delivery, Indefinite Quantity, Commercial contract with an initial Task Order for the minimum quantity. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAC) 2026-01 effective 03/13/2026 and Defense Federal Acquisition Regulation Supplement Change 11/10/2025 effective 11/10/2025.
DESCRIPTION OF ITEMS/SERVICES:
The service provider shall provide all management, tools, supplies, equipment, and labor necessary to perform Launch Control Centers (LCC’s) and Launch Control Equipment Building (LCEB) Cleaning services at F.E. Warren Air Force Base, Wyoming, in accordance with all applicable federal, state, local laws and regulations and the performance work statement (PWS). This includes, but is not limited to, regulations set forth by the Occupational Safety and Health Administration (OSHA) regarding worker safety and the Environmental Protection Agency (EPA) regarding the use of disinfectants and sanitizers.
PLACE OF PERFORMANCE: Francis E. Warren AFB, WY 82005 surrounding area. The location of each LCC is identified in the PWS.
NOTICE TO OFFEROR(S)/ SUPPLIER(S):
Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. 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.
Attachments:
Attachment 1 – Contract Line Item Number structure
Attachment 2 – Wage Determination
Attachment 3 – Provisions and Clauses
Attachment 4 – Supplemental Clauses
Attachment 5 - PWS (Request from CS/CO)
Attachment 6a – Task Order Proposal Pre-Priced CLIN sheet
Attachment 6b – Task Order Proposal instructions
Attachment 6c – Initial Task Order PWS
***NOTE*** Due to the Controlled Unclassified Information (CUI) associated with the PWS's, vendors will need to contact the CS/CO at shane.yurkus@us.af.mil or donna.doss.1@us.af.mil to request both PWS's to be sent via DoDSafe. These will NOT be uploaded to SAM nor emailed directly to any vendors.
PERIOD OF PERFORMANCE:
• Period of performance is 1,826 calendar days (5 Years) after date of contract.
• Once the contract is awarded, an initial task order will be awarded for the first three (3) cleanings and additional task orders will be awarded at the Government’s discretion.
• Any contractor concerns with the details of this requirement shall be submitted, prior to the quote due date, by e-mail to shane.yurkus@us.af.mil and donna.doss.1@us.af.mil , and shall include a detailed explanation of the concern and a proposed solution.
QUESTIONS DUE
Questions shall be received no later than 3 June 2026 at 10:00 AM MDT. Forward responses by e-mail to shane.yurkus@us.af.mil and donna.doss.1@us.af.mil.
RESPONSES/QUOTES
Responses/quotes MUST be received no later than 12 June 2026 at 10:00 AM MDT. Forward responses by e-mail to shane.yurkus@us.af.mil and donna.doss.1@us.af.mil.
This RFQ is not authorization to begin performance and in no way obligates the Government for any costs incurred by the contractor for this requirement. The Government reserves the right not to award a contract in response to this RFQ. Prior to commencement of any activities associated with performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established.
Per RFO Subpart 4.203-1, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award.
Pricing must include all work to performed IAW the PWS to include all outyear pricing for the entire period of performance
CLIN 0001: Launch Control Center and Launch Control Equipment Building Cleaning (Max of 15 per year)
Quantity: 1 Units of Issue: Lot
Unit Price: $__________ Extended Price (Quantity (75) X Unit Price): $________________
* This CLIN is to be used for the TOTAL amount for the five year period. The max is 15 cleanings per year (75 total). Attachment b. is located in the Attachments section to break down the per Job amount for each cleaning and is a seperate deliverable for this requirement.
INSTRUCTIONS TO OFFERORS:
RFO 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services, applies to this acquisition.
As prescribed in RFO 12.205(a)(1), the following addendum is provided for this solicitation and hereby amends any language therein:
1. Questions may be submitted to the POCs and Contracting Officer listed above no later than 3 June 2026 at 10:00AM MDT. Questions submitted after this date may not be answered. Answers to questions submitted before the deadline will be posted by 8 June 2026 at 16:00 MDT.
2. Quotes in response to this solicitation must be submitted via email to the POCs and Contracting Officer listed above no later than the established deadline.
3. Quotes must be valid for 60 days.
4. Complete the below contractor identification information.
Company Name: Point of Contact:
Address: Telephone Number:
Discount Terms SAM Registered: Yes/No
Small Business: Yes/No DUNS #
CAGE #: Signature/Date:
Printed Name:
5. Firm Fixed Pricing to include:
a. Completed Contract Line Item Number (CLIN) structure, to include all outyear pricing sheets, with a price per unit and total price (based on estimated quantities) for each CLIN.
b. Completed Task Order Proposal Pre-Priced CLIN sheet for the initial Task Order proposed quantities using proposed price per unit & the total Overall Price for the initial Task Order (initial Task Order Proposal Request details will only be provided to vendors upon email request to shane.yurkus@us.af.mil or donna.doss.1@us.af.mil). Please note that the price for 1 Job on the Pre-Priced CLIN sheet will be used for ALL cleanings issued under this IDIQ regardless of geographic location.
c. Total Price for all cleanings.
d. Discount Terms (if applicable)
e. Quote Number (if applicable)
f. Quote Valid Until Date
6. Technical Capability:
a. A completed Quality Control Plan.
b. A Management/Manpower Plan.
7. Past Performance:
a. Vendors must supply a minimum of two (2), but no more than three (3) relevant past performances within the last 3 years.
8. Due to the need for access to Controlled Unclassified Information (CUI), the government has established the need for a Level 2 (SELF) Cybersecurity Maturity Model Certification (CMMC), IAW DFARS 252.204-7025 – Notice of Cybersecurity Maturity Model Certification Level Requirements and DFARS 252.204-7021 – Contractor Compliance with the Cybersecurity Maturity Model Certification Level Requirements. Vendors must meet the required 110 score and/or have a Plan of Action and Milestone (POA&M) at the time of award. This may NOT be supplemented with any other types of certifications.
RFO 52.212-2, Evaluation -- Commercial Products and Commercial Services, applies to this acquisition.
As prescribed in RFO 12.205(a)(2), the following addendum is provided for this solicitation and hereby amends any language therein:
(a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quote provides the best value to the Government, IAW RFO 12.201-1(c)(1) and RFO 2.101. The following factors shall be used to evaluate quotes: Price, Technical Capability, and Past Performance.
TECHNICAL CAPABILITY - Quote must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met:
- Quality Control Plan that addresses all requirements in the Performance Work Statement (PWS). The plan must address methods and processes to be used for performing cleanings.
- Management/Manpower Plan that provides a management/staffing approach that adequately provides personnel qualified to meet the requirements of the PWS. This may include retention of personnel, organizational structure, and personnel with related commercial, and Governmental experience supporting LCC Cleaning services. At a minimum, the vendor shall provide the Government with a Contract Manager and Site Supervisor, as well as their name, title, and years of experience relating to similar projects. These positions may be held by the same individual.
PAST PERFORMANCE - Past performance shall be used to evaluate quotes. The Government may use a combination of the following methods in evaluating past performance:
- PP submissions
- Relevant past performance submitted by the vendor.
- Government CPARS review
*The vendor must submit three (3) past performance references with their quote. These references can be a combination of any of the above to be considered responsive. The relevant past performance if used for evaluation must include contracts/projects within the last four (4) years that show the capability to perform industrial cleaning services.
PRICE - The total contract price will be evaluated. This includes the total for each 365-day period for the five year period of performance.
(c) Revision of Quotes - The Government reserves the right to request changes to a vendor's quote any time before award, if necessary to ensure best value is obtained.
(d) Responsible Prospective Contractors - A vendor must be determined to be responsible by the Contracting Officer in order to be eligible for award IAW RFO Subpart 9.1.
(e) Technical Capability, Price, and Past Performance will be evaluated in order to determine which quote provides the best value to the Government; therefore, there is no ranking or assigned importance to each evaluation factor IAW RFO 12.201-1(c)(1).
CMMC – An evaluation of the contractors CMMC will be conducted to verify that they meet the 110 standard. If they do not, a POA&M will need to be provided by the contractor for evaluation. The contractor must meet the 110 standard within 180 days of award, regardless of initial stance.
(End of Provision)
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE GLOBAL STRIKE COMMAND
FA4613 90 CONS PK
FA4613 90 CONS PK
ADMIN ONLY NO REQTN CP 307 773 3888
7505 BARNES LOOP BLDG 208
FE WARREN AFB, WY, 82005-2860
NAICS
Janitorial Services
PSC
HOUSEKEEPING- CUSTODIAL JANITORIAL
Set-Aside
Total Small Business Set-Aside (FAR 19.5)