Colorado Bids > Bid Detail

Fire Trainer Maintenance Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159052051291238
Posted Date: Feb 17, 2023
Due Date: Mar 20, 2023
Solicitation No: FA251723Q0002
Source: https://sam.gov/opp/30cfd8d9fc...
Follow
Fire Trainer Maintenance Services
Active
Contract Opportunity
Notice ID
FA251723Q0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFSPC
Office
FA2517 21 CONS BLDG 350
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Feb 17, 2023 10:07 am MST
  • Original Date Offers Due: Mar 20, 2023 11:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J042 - MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Colorado Springs , CO 80914
    USA
Description

Action Code: Combined Synopsis/Solicitation Notice





Solicitation Number: FA2517-23-Q-0002





Date: 17 February 2023





Description of Services: Fire Trainer Maintenance at Peterson Space Force Base, CO





NAICS Code: 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance – Size Standard $12.5M





Contracting Office Address: 21 CONS/PKA, 135 Dover Street, Suite 2225 Colorado Springs, CO 80914





Is this a Recovery and Reinvestment Act Action? _ Yes X No





Response Date: 20 March 2023: (11:00 A.M. MST)





Primary POC



Tracie Winfree



Contracting Officer



tracie.winfree@spaceforce.mil



Phone: 719-556-8527








  1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR; Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.






  1. This solicitation FA2517-23-Q-0002 is being issued as a Request for Quote (RFQ) for Fire Trainer Maintenance Peterson Space Force Base, CO with (IAW) Attachment 1 – Performance Work Statement (PWS).






  1. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01 effective 30 December 2022.






  1. Notice to Offeror(s)/Supplier(s): 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.






  1. This acquisition is being procured as a 100% Small Business Set-Aside. The North American Industrial Classification System (NAICS) code is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and the size standard is $12.5M. A single award will be made as a result of evaluation of quotes received.






  1. Offeror shall also submit sufficient documentation for the Government to determine technical acceptability. Quotes shall be submitted using the Contract Line-Item Number (CLIN) structure:





CLIN 0001: Fire Trainer Maintenance (AFTF/SFTF) (2 JOB)



CLIN 0002: Repairs, if funded





CLIN 1001: Fire Trainer Maintenance (AFTF/SFTF) (2 JOB)



CLIN 1002: Repairs, if funded





CLIN 2001: Fire Trainer Maintenance (AFTF/SFTF) (2 JOB)



CLIN 2002: Repairs, if funded





CLIN 3001: Fire Trainer Maintenance (AFTF/SFTF) (2 JOB)



CLIN 3002: Repairs, if funded





CLIN 4001: Fire Trainer Maintenance (AFTF/SFTF) (2 JOB)



CLIN 4002: Repairs, if funded





CLIN 5001: Fire Trainer Maintenance (AFTF/SFTF) (1 JOB) – 6-month option



CLIN 5002: Repairs, if funded – 6-month option








  1. The following commercial service is requested in this solicitation:





The services to be performed include, but are not limited to:



The offeror shall provide all supplies, materials, tools, equipment, and qualified labor necessary to inspect, test, maintain, perform preventative maintenance to conduct spring startup (on or about) April 15 and winter shutdown (on or about) October 15. Maintain the Structural Fire Training Facility (SFTF) and the Aircraft Fire Training Facility (AFTF) at Peterson Space Force Base in a manner that will ensure its serviceability and prevent deterioration in operational effectiveness.






  1. The Period of Performance (PoP) for this requirement will consist of a base and four option years and a 6-month extension, if needed. The estimated period of performance dates are listed below:








    1. Base Year: 1 April 2023 - 31 March 2024

    2. Option Year 1: 1 April 2024 – 31 March 2025

    3. Option Year 2: 1 April 2025 - 31 March 2026

    4. Option Year 3: 1 April 2026 - 31 March 2027

    5. Option Year 4: 1 April 2027 - 31 March 2028

    6. 6 Month Option: 1 April 2028 - 30 September 2028








  1. The Defense Priorities and Allocations System (DPAS) and assigned rating do not apply.






  1. 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services. (Nov 2021)



(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition—



(1)Is set aside for small business and has a value above the simplified acquisition threshold;



(2)Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or



(3)Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value.



(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show—



(1) The solicitation number;



(2) The time specified in the solicitation for receipt of offers;



(3) The name, address, and telephone number of the offeror;



(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;



(5) Terms of any express warranty;



(6) Price and any discount terms;



(7) "Remit to" address, if different than mailing address;



(8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);



(9) Acknowledgment of Solicitation Amendments;



(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and



(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.



(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.



(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during preaward testing.



(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.



(f) Late submissions, modifications, revisions, and withdrawals of offers.



(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)



(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-



(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or



(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or



(C) If this solicitation is a request for proposals, it was the only proposal received.



(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.



(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.



(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.



(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.



(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.



(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.



(i) Availability of requirements documents cited in the solicitation.



(1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-



GSA Federal Supply Service Specifications Section



Suite 8100 470 East L’Enfant Plaza, SW



Washington, DC 20407



Telephone (202) 619-8925



Facsimile (202) 619-8978.



(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.



(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:



(i) ASSIST ( https://assist.dla.mil/online/start/).



(ii) Quick Search ( http://quicksearch.dla.mil/).



(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-



(i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm);



(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or



(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.



(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.



(j) Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold and offers at or below the micro-purchase threshold if the solicitation requires the offeror to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.



(k) [Reserved]



(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:



(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.



(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.



(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.



(4) A summary of the rationale for award;



(5) For acquisitions of commercial products, the make and model of the product to be delivered by the successful offeror.



(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.



(End of provision)









Addendum to: Provision at FAR 52.212-1, Instructions to Offerors – Commercial Items (June 2020)








    1. To ensure timely and equitable evaluation of quotations, offerors must follow the instructions and meet all solicitation requirements, including terms and conditions, and representations and certifications. This section provides general guidance for preparing quotations as well as specific instructions on the format and content of quotation submission. The offeror’s quotation must be submitted in accordance with (IAW) the instructions. Any offeror who submits an incomplete quotation or does not conform to the instructions may be considered non- compliant and may not be evaluated.










    1. Offerors are advised to submit adequate information to enable evaluators to fully determine the offeror’s capability to perform the requirements of the solicitation. The quotation shall be clear and include sufficient detail for effective evaluation and for substantiating the validity of the technical approach. The data submitted in the quote shall be accurate, complete, and concise.










    1. Please provide a Firm Fixed-Price Quotation, which specifies the associated CLIN for each item included in the proposal.










    1. Please provide a 90-calendar day acceptance period for your proposal. Paragraph c in this provision is changed from 30 calendar days to 90 calendar days. Please address in Attachment 3, Contractor Submittal Form.










    1. Responsibility Determination: Information obtained from sources such as System for Award Management (SAM), Federal Awardee Performance and Integrity Information System (FAPIIS), and Contractor Performance Assessment Reporting System (CPARS) may be used as part of the responsibility determination made IAW FAR 9.104-1.










    1. Offeror shall submit a quotation that addresses the required items from Factors 1 and 2, detailed in FAR 52.212-2 below. Quotations shall be submitted via email to both points of contact listed in paragraph xii. Hard copies of proposals will not be accepted. Soft Copy file formats are limited to Microsoft Excel, PDF, or Microsoft Word.










    1. All communications with the requiring activity concerning this solicitation shall cease until the award is announced. During this period, interaction is only allowed with the Contracting Officer. Please submit all questions in accordance with paragraph xi, in writing via e-mail to the Contracting Officer and courtesy copy the Contract Specialist identified in paragraph xii. Ensure the RFQ number and title are referenced in the subject line.










    1. Amendment(s) to the Solicitation (if applicable): The Government reserves the right to revise or amend the solicitation documents prior to the date of receipt of proposals. Amendments to the solicitation will be posted to SAM.gov. It is the offeror’s responsibility to check the website periodically for any amendments to the solicitation. Changes to the solicitation can only be made by the issuance of an amendment. If this RFQ is amended, all terms and conditions not revised will remain unchanged and in full force and effect. Offerors shall acknowledge receipt of any amendment(s) in conjunction with the offeror’s quote. Any unacknowledged amendment(s) in the offeror’s quote may render the offeror’s quote non-compliant and perhaps ineligible for award. Amendments shall be documented on Attachment 3, Contractor Submittal Form.










    1. 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.










    1. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I – Technical Information and Part II – Price.










    1. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offerors, the contracting officer will review this determination and if, in the contracting officer’s opinion, adequate price competition exists no additional price information will be necessary. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than pricing data to support a determination of price reasonableness.







Part I- Technical Capability - shall consist of the following:










      1. Format.

        • The quote shall conform to the following size: 8 ½ x 11

        • A page is defined as one single sided, single or double-spaced sheet of paper containing relevant information

        • Font size shall be no smaller than 10 or 11 pt.

        • Electronic files submitted with quote shall be in either Adobe (.pdf), Microsoft Word or Excel

        • 20-page limit for quote including attachments (10 page for Sub-factor 1 and 10 pages for Sub-factor 2)
















      1. Technical Acceptability – using the format described above, please provide the following: Offeror shall provide sufficient explanation/documentation to demonstrate their ability to meet or exceed the standards for each Technical Factor listed below, and meet or exceed requirements listed in the PWS.









Technical Factor 1: Technical Capability. Offeror shall provide a description of how they intend to provide Fire Trainer Maintenance services. Furthermore, the offeror shall demonstrate their understanding of, and an approach to accomplishing, the requirements within in the PWS by providing a response that covers subfactor 1 and subfactor 2 below.





Sub-Factor 1: Fire Trainer Maintenance Services: The offeror shall submit a plan, no more than ten (10) one-sided pages that demonstrates understanding of, and an approach to accomplishing the requirements and shall, at a minimum, cover PWS paragraphs 2, 3 & 8.





Sub-Factor 2: Experience: The offeror shall submit information (no more than ten (10) one-sided pages) regarding experience demonstrating an understanding of experience or license/certifications required to perform the tasks for Fire trainer Maintenance. The intent is to show that the Offeror has the special qualifications and requirements identified in PWS paragraph 10.7 of the PWS.





Part II- Price: Offerors shall complete the attached Contractor Submittal Form (Attachment 3). Offerors shall round all calculations to the nearest dollar. A quotation submitted with extended figures hidden or set to display to the nearest dollar without rounding may not be accepted.





(End of Provision)







FAR 52.212-2, Evaluation Criteria – Commercial Items (Nov 2021).



(a) 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 shall be used to evaluate offers:




  1. technical capability of the services offered to meet the Government requirement;

  2. price;



(b) Options. 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. Evaluation of options shall not obligate the Government to exercise the option(s).



(c) A written notice of award or acceptance of an offer, mailed or otherwise 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.



(End of Provision)



Addendum to FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (Nov 2021)



The following additions are included:



(a) Basis for Contract Award: The resulting award will be a Firm-Fixed Price contract to a single contractor. By submission of its offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certification and requirements, in addition to those identified as evaluation factors or sub factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Exceptions shall be identified on attachment 3, Contractor Submittal form.



(b) Initially offerors shall be ranked according to price. Quotes will be evaluated based on lowest price technically acceptable. Prices will be determined to be fair and reasonable by adequate price competition among offers unless the contracting officer has requested other than pricing data per addendum to 52.212-1 above.



(c) Next the Government technical evaluation team shall evaluate the technical information submitted by the lowest price ranked offeror on an Acceptable/Unacceptable basis. Any offeror determined unacceptable in any Factor or sub-factor will be ineligible for award. These are the definitions for the Technical Evaluation Rating:



Acceptable – Meets all solicitation requirements.



Unacceptable – Does not meet all solicitation requirements.





(d) Technical capability will be determined by the following:






  1. Offeror shall provide sufficient documentation to demonstrate their ability to provide the qualifications for each Technical Factor listed below, and meet requirements listed in the PWS.






  • Technical Factor 1 (Sub-factors 1&2): Technical Capability. To be considered technically acceptable, the offeror shall provide a description of how they intend to provide Fire Trainer Maintenance services. Furthermore, the Offeror shall demonstrate their understanding of, and an approach to accomplishing, the requirements within in the PWS by providing a response that covers subfactor 1 and subfactor 2 below.






  • Sub-Factor 1: Fire Trainer Maintenance Services: To be considered technically acceptable, the offeror shall submit a technical response, no more than ten (10) one-sided pages that demonstrates understanding of, and an approach to accomplishing the requirements and shall, at a minimum, cover PWS paragraphs 2, 3 & 8 requirements.






  • Sub-Factor 2: Experience: To be considered technically acceptable, the offeror shall submit information (no more than ten (10) one-sided pages) including experience which demonstrates an understanding of experience or license/certifications required to perform the tasks for Fire trainer Maintenance. To be technically acceptable, the offeror shall demonstrate they understand and meet the special qualifications and will meet requirements identified in PWS paragraph 10.7 of the PWS.







(e) If the lowest price evaluated offeror is rated to be “acceptable” on all technical factors and requirements in the PWS, and the offeror is determined to be responsible, that offer will be deemed most advantageous to the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration to any other offer if the offerors proposal is determined to be fair and reasonable.





(f) If the lowest price offeror is not rated “acceptable” on all technical factors, then the next lowest priced offeror will be evaluated for technical acceptability and the process will continue until the lowest priced offeror rated technically acceptable is identified.





(g) Offerors are cautioned to submit sufficient information and, in the format, specified in the quote preparation instructions to permit a meaningful assessment of technical capability. Offerors may be asked to clarify certain aspects of their quote. Communication conducted to resolve minor or clerical errors will not constitute discussion and the contracting officer reserves the right to award a contract without the opportunity for quote revision(s).





(h) The Government intends to award a contract without interchanges with respective offerors.





(i) The Government, however, reserves the right to conduct interchanges and clarify typos or minor discrepancies of a quote, if deemed in the best interest of the Government.





(End of Provision)






  1. Submit any questions regarding this RFQ no later than 11:00 A.M. MST, Friday, 24 February 2023 to Victoria Ambrose at victoria.ambrose.1@spaceforce.mil AND Tracie Winfree at tracie.winfree@spaceforce.mil. Responses to questions received will be posted on SAM.gov for all offerors to review.






  1. Quotes are due via e-mail no later than 11:00 A.M. MST, Monday, 20 March 2023. Please submit your quote to Victoria Ambrose at victoria.ambrose.1@spaceforce.mil AND Tracie Winfree at tracie.winfree@spaceforce.mil. Late quotes will not be considered.









Tracie Winfree



Contracting Officer





Attachments:






  1. Attachment 1 – Performance Work Statement (PWS) (dated 01 February 2023)

  2. Attachment 2 – Provisions and Clauses

  3. Attachment 3 – Contractor Submittal Form

  4. Attachment 3 – WD 2015-5417 (dated 27 December 2022)


Attachments/Links
Contact Information
Contracting Office Address
  • CP 719-556-4230 135 DOVER STREET STE 1055
  • PETERSON SFB , CO 80914-1117
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 17, 2023 10:07 am MSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >