Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2025 SAM #8649
MODIFICATION

M -- Operations, Maintenance, and Support (OM&S) of ACC Primary Training Ranges (PTR)

Notice Date
7/30/2025 2:48:28 PM
 
Notice Type
Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA4890 HQ ACC AMIC HAMPTON VA 23666 USA
 
ZIP Code
23666
 
Solicitation Number
FA489025R0006
 
Response Due
9/1/2025 7:00:00 AM
 
Archive Date
09/16/2025
 
Point of Contact
Capt Ryan Tagatac, Phone: 757-225-6321, Sandra Redfearn, Phone: 757-225-6321
 
E-Mail Address
ryan_mark.tagatac.3@us.af.mil, sandra.redfearn@us.af.mil
(ryan_mark.tagatac.3@us.af.mil, sandra.redfearn@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Request for Proposal (RFP): FA489025R0006 Operations, Maintenance, and Support (OM&S) of Air Combat Command (ACC) Primary Training Ranges (PTR) The United States Air Force (USAF), ACC Acquisition Management Integration Center (AMIC) hereby publicizes its RFP for non-personal services for OM&S of PTRs at eight locations (Range Operating Authority are in parenthesis): Dare County Range (Seymour Johnson), Poinsett Ranges (Shaw), Grand Bay Range (Moody), Avon Park Range (Moody), Snyder Range (Dyess), Belle Fourche Range (Ellsworth), Holloman Ranges (Holloman), and Mountain Home Ranges (Mountain Home). PTRs consist of Electronic Combat Ranges (ECR), Electronic Warfare Sites (EWS), and Bombing and Gunnery (B&G) ranges. The ranges accommodate basic to intermediate air-to-surface training. Typical PTRs contain target arrays, threat simulators, and weapons scoring systems and provide Service Class A, B, and/or C range capabilities. The contractor shall perform IAW the standards outlined in the Statement of Work (SOW) as posted with this RFP and any Amendment to the RFP as applicable. The contractor shall furnish all personnel, equipment, tools, materials, supervision, and all other items and services that are required to perform OM&S of ACC PTR. This is a competitive procurement set-aside 100% for small business. The anticipated period of performance will consist of a 60-day transition, nine-month base contract period, and four one-year option periods. A single Firm Fixed Price (FFP) contract will result from the solicitation using best value source selection procedures. The RFP closing date is 1 Sep 2025, 10:00 am Eastern Time. The Government anticipates making award on or about 12 January 2026. The Government intends to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documentation will not be made available. Amendments and other miscellaneous documents will be posted on sam.gov. It is the responsibility of each offeror to continually monitor and review sam.gov for notice of amendments, updates, or changes to current information. Primary Points of Contacts (POCs) for this requirement are Ms. Sandra Redfearn, Contract Manager and Capt Ryan Tagatac, Contracting Officer. Both POCs can be reached by email at accamic.ptr.recompeteorgbox@us.af.mil. Contact with government personnel, other than the ACC AMIC Contract Manager and/or Contracting Officer listed above, by a potential offeror or their employees� regarding this acquisition is strictly prohibited. The applicable North American Industry Classification System (NAICS) code for this requirement is 561210 - Facilities Support Services, and the Small Business Size Standard is $47M. Notice to Offerors: Funds are not presently available for this effort. No award will be made under this acquisition until funds are available. The Government reserves the right to cancel this RFP either before or after the closing date. In the event the Government cancels this RFP, the Government has no obligation to reimburse an offeror for any costs. All interested parties should review all documents and provide comments/questions concerning this RFP to the POCs above. The Government will provide a response to all inquiries via sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b6231648752747d8a426969dd767f698/view)
 
Place of Performance
Address: Hampton, VA 23666, USA
Zip Code: 23666
Country: USA
 
Record
SN07529567-F 20250801/250730230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.