SOLICITATION NOTICE
J -- Aircraft Wash
- Notice Date
- 8/26/2025 8:34:59 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- FA6633 934 AW PK MINNEAPOLIS MN 55450-2100 USA
- ZIP Code
- 55450-2100
- Solicitation Number
- FA663326QA001
- Response Due
- 9/18/2025 10:00:00 AM
- Archive Date
- 10/03/2025
- Point of Contact
- Mikkael Hahn, Phone: 6127131428, Fax: 6127131425, Jacki Rodrigues, Phone: 612-713-1438
- E-Mail Address
-
mikkael.hahn.1@us.af.mil, jacquelyn.rodrigues@us.af.mil
(mikkael.hahn.1@us.af.mil, jacquelyn.rodrigues@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial services 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; proposals are being requested, and a written solicitation will not be issued. This is a Request for Quotation (RFQ), solicitation number FA6633-26-Q-A001. The 934th AW intends to solicit for a Blanket Purchase Agreement (BPA) with Multiple Awards for Aircraft Wash. A BPA is a simplified method of filing anticipated repetitive needs for supplies or services by establishing �charge accounts� with qualified sources of supply. Pursuant to Federal Acquisition Regulation (FAR) 13.303, Blanket Purchase Agreements (BPAs), the Contractor agrees to the identified terms and conditions for a BPA to provide C-130H aircraft washes in accordance with the attached Performance Work Statement (PWS). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2025-05, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20250117, and Department Air Force Acquisition Circular (DAFAC) 2024-1016. The requirement for NAICS Code 488190 size standard: $40M. All contractors must be registered in the System for Award Management (SAM) (http://www.sam.gov) database to be eligible to receive award and have completed the �On-line Representations and Certifications� within that registration. The Offeror must be an authorized, qualified, and certified vendor. Written quotes are required (oral offers will not be accepted). The Government may award one or more BPAs resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation, is the best value to the government. All quotes are due by 12:00 PM Central Standard Time 18 September 2025. Offeror MUST provide UEI and CAGE Code with proposal. All questions and quotes must be directed to the 934AW Contracting Officer via email at mikkael.hahn.1@us.af.mil and jacquelyn.rodrigues@us.af.mil. Questions asked within 2 days of solicitation close will be answered at the discretion of the Contracting Officer. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer�s discretion. All work is to be performed in accordance with the PWS (Performance Work Statement), contract award guidelines and contract clauses. This acquisition is a Total Small Business Set-aside IAW FAR 19.5. OPTIONAL Site Visit Information: An optional site visit will be held on Wednesday, August 27, 2025, at 10:00 a.m. at the 934th Airlift Wing. Please contact Mikkael Hahn and Jacki Rodrigues with interest and location specifics will be shared. mikkael.hahn.1@us.af.mil and jacquelyn.rodrigues@us.af.mil. It is the firm�s or individuals� responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at https://www.acquisition.gov/. See Attached: (1) Attch 1_20250630 934MXG PWS Aircraft Wash (2) Attch 2_20250814 Aircraft Wash Price List (3) Attch 3_20250814 BPA Terms & Conditions (4) Attch 4_Clause Selection FAR DFARS (5) Attch 5_WD 15-4945 rv 29 SUPPLEMENTAL CLAUSES INCORPORATED BY FULL TEXT 5352.201-9101 AFRC Ombudsman (Jul 2023) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Col Ginger Ormond, AFRC/DS, 555 Robins Parkway, Suite 250C, Robins AFB GA 31098. Comm: 478-327-1008. Email: ginger.ormond.2@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (JUN 2024) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. (b) For the purposes of Department of the Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402. (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Department of the Air Force definition of a Class I ODS.] (End of clause) 5352.223-9001 Health and Safety on Government Installations (Jul 2023) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor Access to the Department of the Air Force Installations (JUN 2024) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Department of the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, (Security Forces Pass & ID, Bldg. 906), the authorized contractor individual(s) should provide a valid driver�s license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. 1. All persons requesting access must provide a REAL ID Act compliant credential (AFMAN 31-113, paragraph 3.1.) 2. All persons and their property are subject to inspection, IAW Internal Security Act of 1950 (50 U.S.C. 797, Sec.21) and the Code of Federal Regulation Title 32 Sec 809a.2. 3. Contractors are not authorized escort authority. (AFMAN 31-113, paragraph 6.5.2.) The Organization requesting the project will provide escorts. 4. Dangerous weapons or destructive devices are not allowed. Firearm permits and conceal/carry permits are not exempt. (IDP, Annex C, Appendix 1, Tab L, paragraph 4.9.) The majority of this installation is federal exclusive jurisdiction which overrides state, county or local weapons permits. 5. Driving a vehicle on military installations is a privilege granted by the installation commander (AFI 31-218 Chap 2). All operators must be able to produce, on request, proof of insurance and a valid driver's license. produce, on request, proof of insurance and a valid driver's license to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and DODMAN5200.02_AFMAN16-1405 Air Force Personnel Security Program citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) The contractor shall provide an after-hours contact number or after-hours email in the Emergency Mass Notification System (EMNS) for each of their personnel, whose normal place of duty is on a DoD installation or within a DoD facility. The contractor shall comply with any additional requirements in DAFMAN 10-206 for emergency operational reporting. Foreign Nationals may participate and may remove themselves from the Emergency Mass Notification System at any time. To update information, personnel can access the globe icon on their system desktop screens and choose the �Access Self-Service� option. (g) Failure to comply with these requirements may result in withholding of final payment. (End of clause)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4abb10ed72bc4f1fbf57a104c2a77f2f/view)
- Place of Performance
- Address: Minneapolis, MN 55450, USA
- Zip Code: 55450
- Country: USA
- Zip Code: 55450
- Record
- SN07566508-F 20250828/250826230044 (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 |