SOLICITATION NOTICE
S -- RRS/DFAS Grounds MXS and Snow Removal
- Notice Date
- 9/3/2025 11:30:56 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875125Q0137
- Response Due
- 10/3/2025 9:00:00 AM
- Archive Date
- 10/18/2025
- Point of Contact
- Tiffany Slopka, Larry Barto, Phone: 3153302672
- E-Mail Address
-
Tiffany.slopka@us.af.mil, Larry.Barto.1@us.af.mil
(Tiffany.slopka@us.af.mil, Larry.Barto.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation for Commercial Products and Commercial Services General Information Title: Grounds Maintenance and Snow Removal Document Type: Combined Synopsis/Solicitation Solicitation Number: FA875125Q0137 Posted Date: 03 September 2025 Original Response Date: 03 October 2025 Set-Aside: Total Small Business NAICS Code: 561730 Contracting Office Address Department of the Air Force, Air Force Materiel Command, Air Force Research Laboratory (AFRL) � Rome Research Site, AFRL/Information Directorate (RI), 26 Electronic Parkway, Rome, NY, 13441-4514 Description This is a combined synopsis/solicitation for commercial products and 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; Offers are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA875125Q0137 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20250718. Federal Acquisition Supply Chain Act (FASCSA) Orders: As of the date of this solicitation, there are no applicable FASCSA orders. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Small Business Set-Aside under NAICS code 561730 and small business size standard of $9.5M in average annual receipts. The contractor shall provide the following services on a firm fixed price basis: all personnel, equipment, tools, supervision, and other items and services necessary to ensure grounds maintenance is performed at AFRL/RI Information Directorate, Rome, NY in a manner that will promote the growth of healthy grass, trees, shrubs, and plants to present a clean, neat, and professional appearance. The contractor shall provide snow removal services to maintain accessible roads, walkways, and adjacent areas for two (2) Government agencies located at AFRL/RI and Defense Finance and Accounting Service (DFAS) in accordance with Attachment No 1 Performance Work Statement (PWS) dated 22 July 2025, Attachment No. 2 2025 Grounds Maint � Grounds, Attachment 3 2025 Grounds Maint-Snow. Insert proposed unit price and extended prices in the Price Schedule, Attachment No 4. The extended amount must equal the whole dollar unit price multiplied by the number of units. The proposal(s) must be submitted for a base year plus four (4) Option Years. Name, email address, and phone number of the end user point of contact (POC) associated with the delivery will be provided via Section F of any award resulting from this solicitation. The anticipated period of performance is 01 November 2025 through 31 October 2026 plus four (4) Option Years. If all options are exercised, performance would conclude 31 October 2030. There will be a priced, 6-month extension of services to be available if necessary. The provision at 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (SEP 2023), applies to this acquisition. Addendum to the following paragraphs of 52.212-1 are: (b) Written proposals are due at or before 12PM, (Eastern Time) 03 October 2025. Submit by email to tiffany.slopka@us.af.mil, with a copy to larry.barto.1@us.af.mil. OFFERORS MUST SUBMIT THEIR PROPOSALS USING Attachment No 4 � Price Schedule. Facsimile and hard copies by mail will not be considered. Due to the possibility of network connectivity issues, it is highly encouraged that electronic proposals be sent one day prior to the due date. It is the contractor�s responsibility to confirm receipt of proposal. (b)(10) Submit past performance information 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). Submit past performance information to include recent and relevant contracts which demonstrate the ability of the offeror to perform the proposed effort. Please provide past performance information for no more than five (5) relevant contracts performed for Government agencies and commercial customers within the last three (3) years. To the maximum extent practicable, identify contracts for properties which are not owned or operated by your firm or by key personnel, including intended subcontractors, of your firm. Data independently obtained from other Government and commercial sources. To assess performance, the Government will use information submitted by the offeror and other sources, such as other Federal and other Governmental agencies, commercial sources, and Contractor Performance Assessment Reporting System (CPARS). The purpose of the past performance evaluation is to allow the Government to assess the offeror�s ability to perform the effort described in this RFP based on the offeror�s demonstrated present and past performance. The assessment process will result in an overall performance confidence assessment of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence as defined in the table below. Offerors with no relevant past or present performance history or the offeror�s performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating ""Unknown Confidence,"" meaning the rating is treated neither favorably nor unfavorably. (1) 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. (2) Past performance is significantly more important than cost or price. The Government reserves the right to pay a higher price for an offer with Substantial Confidence past performance rating. A Substantial Confidence or Satisfactory Confidence rating is worth more than a Neutral Confidence past performance rating. However, price will contribute to the award decision. The balance of CLIN pricing will also be assessed. Severely unbalanced pricing could lead to exclusion of an offeror's proposal. The price must be fair and reasonable IAW FAR 13.106-3(a). The Government will evaluate the quality and extent of offerors� performance deemed relevant to the requirements of this RFP. The Government will use information submitted by the offeror and other resources, such as other Federal Government Offices, Contract Performance Assessment Reporting System (CPARS) within the Past Performance Information Retrieval Systems (PPIRS), and commercial sources, to assess performance. Referenced past performance information should include contract numbers, points of contract with telephone numbers, and a narrative explaining the contract�s relevancy to the solicitation. Serviceable square footage is a key factor in determining relevancy. (2) Quality and Satisfaction Rating for Contracts Completed in the Past Three Years: Provide information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc. (b)(11) Offers that fail to furnish required representations, information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. 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. Past performance is significantly more important than cost or price. The Government reserves the right to pay a higher price for an offer with Substantial Confidence past performance rating. A Substantial Confidence or Satisfactory Confidence rating is worth more than a Neutral Confidence past performance rating. However, price will contribute to the award decision. The balance of CLIN pricing will also be assessed. Severely unbalanced pricing could lead to exclusion of an offeror's proposal. The price must be fair and reasonable IAW FAR 13.106-3(a). IAW FAR 13.106-2(b)(4)(ii), where an evaluation is based only on price and past performance, make an award based on whether the lowest priced of the quotations or offers having the highest past performance rating possible represents the best value when compared to any lower priced quotation or offer. SITE VISIT A site visit has been tentatively scheduled for Thursday, 11 September 2025 at 9am EST. Offerors wishing to attend must create a DBIDS Pre-Enrollment Request on https://dbids-global-enroll.dmdc.mil and email the QR confirmation code to tiffany.slopka@us.af.mil at least 48 hours prior to scheduled site visit. Participants will report to the Visitor Control Center (VCC) AFRL/Information Directorate, 304 Brooks Rd, Rome, NY 13441 for badging. Be sure to bring your Real ID compliant driver�s license and QR code confirmation page with you to present to the VCC representative. (In compliance with the REAL ID Act of 2005 and DoDM 5200.08V3_DAFMAN 31-101V3_DAFGM 2024-01, Installation Perimeter Access Control, effective 7 May 2025, all entrants to a Department of Air Force installation will be required to present REAL ID-compliant identification). If you do not have a Real ID, you MUST provide a passport, birth certificate, or Social Security Card as further verification and validation of your personal information. You will then meet your sponsor at Building 3, at (9am EST). SECURITY REQUIREMENTS: The work to be done on this project is located in and around areas that are under the scrutiny of the Department of Defense Police assigned to the RRS Information Directorate. To gain access to the areas to examine the work to be done for job estimation purposes, all contractor personnel must complete a Visit Request via (AFRL/RI) Visitor Control Center (VCC) link: https://dbids-global-enroll.dmdc.mil/. Once complete visitors will email the QR code and 6-digit code to their sponsor. The sponsor will validate the need for the visit, verify the identity of the visitor and send the completed DBIDS Pre-Enrollment Request QR Code confirmation, provided by the Visitor, to the Visitor Center via digitally signed email at AFRL/RIOFSP VCC, afrl.riodsp.vcc@us.af.mil with the following: Name of visitors, QR code, Six digit code, date of visit, length of visit, is facility access needed. All facilities are entered using a proximity entry badge (DBIDS card). Any personnel such as Supervisor/Foreman or Project Leaders who may need building access for meetings etc., during the period of performance of the contract, will have their DBIDS card encoded from the Security Office located in the lobby of Building 3, West Wing with a valid visit request. Unescorted access will only be granted to individuals with a favorable HSPD-12 verification. This badge will be worn at all times and will be returned to the Contracting Officer's Representative or Security Officer upon completion of the final inspection and acceptance of work. Any badges lost during the period of work will be reported to the Security Office as soon as possible. Access to the AFRL/RI is controlled by the VCC on Brooks Rd, located just east of the March St. & Brooks Rd. intersection. Identification for the Contractor to enter with a vehicle will be on the Visit Request supported by the DBIDS card issued by the Security Office located in the lobby of Building 3, West Wing. All commercial vehicles are searched prior to entry into the AFRL/RI. Vehicle operators will be aware of the vehicle search pull-off area prior to approaching the VCC. A search of the vehicle will be conducted prior to its entry. All vehicles not needed for delivery of equipment or tools will be parked in the visitor parking area unless cleared through Security. There are no vehicles allowed within 25 meters (80 ft) of the AFRL/RI facilities. All personnel should be aware that the AFRL/RI is Property of the United States Air Force. All personnel will follow all posted signage. Contractor personnel will be notified by AFRL/RI Police of any emergencies which would require an evacuation or work stoppage, such as an increase in the Force Protection Condition. The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (NOV 2021) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) Past performance (see FAR 15.304 and 12.206) (ii) Price Past performance is significantly more important than price when being evaluated. In determining an Offeror�s relevancy of past performance, the Government will consider aspects such as similarity of service/support, complexity, dollar value, duration, contract type, and degree of subcontract/teaming. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004) (MAR 2025), as well as the following: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 52.209-7 Information Regarding Responsibility Matters (OCT 2018) 52.229-11 Tax on Certain Foreign Procurements�Notice and Representation (Jun 2020) 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (MAY 2021) For your convenience all referenced certifications are attached to this solicitation. (Attachment No.5). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (NOV 2023), applies to this acquisition. Addenda to the following paragraphs of 52.212-4 are: The clause at 52.217-8, Option to Extend Services (Nov 1999) applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days of option year expiring. The clause at 52.217-9, Option to Extend the Term of the Contract (Mar 2000) applies to this acquisition as follows: �(a) The Government may extend the term of this contract by written notice to the Contractor within 60 days of option year expiring; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004)(MAR 2025) applies to this acquisition. The following additional FAR clauses cited are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (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)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment . (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (6) 52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553). (7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note)) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), Alternate I (NOV 2021) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020), (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328). 52.204-29, Federal Acquisition Supply Chain Security Act Orders�Representation and Disclosures (Dec 2023) 52.204-30, Federal Acquisition Supply Chain Security Act Orders�Prohibition. (Dec 2023) ( Pub. L. 115�390, title II). 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025), (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). 52.219-6, Notice of Total Small Business Aside (15 U.S.C. 644) (NOV 2020) 52.219-8, Utilization of Small Business Concerns (JAN 2025) 52.219-14, Limitations on Subcontracting (OCT 2022) (15 U.S.C. 637(s)) 52.219-28, Post Award Small Business Program Representation (JAN 2025) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (Jun 2003) (E.O. 11755) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (JAN 2025) (E.O. 13126). 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers With Disabilities (JUN 2020) (29 U.S.C. 793) 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-54, Employment Eligibility Verification (JAN 2025) (E.O. 12989) 52.223-23, Sustainable Products and Services (MAR 2025) (DEVIATION 2025- O0004)) (7 U.S.C. 8102, 42 U.S.C. 6962, 42 U.S.C. 8259b, and 42 U.S.C. 7671l) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.�s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) (E.O. 13513) 52.232-33, Payment By Electronic Funds Transfer�System For Award Management (Oct 2018) (31 U.S.C. 3332) 52.232-18, Availability of Funds (Apr 1984) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.) (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 31362, Truck Driver, Medium, WG-7 $19.98 + $5.55 (H&W) = $25.53 11210, Laborer, Grounds Maintenance, WG-3 $18.15 + $5.55 (H&W) = $23.70 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 14026 (JAN 2022). 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022). The following additional FAR and FAR Supplement provisions and clauses also apply: (reference FAR 12.301) 52.203-3, Gratuities (Apr 1984) (10 U.S.C. 2207) 52.204-7 System for Award Management (NOV 2024) 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) 52.204-22, Alternative Line Item Proposal (Jan 2017) 52.232-8, Discounts for Prompt Payment 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (NOV 2024) 52.252-1 Solicitation Provisions Incorporate by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-6, Authorized Deviations in Clauses 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181) 252.201-7000, Contracting Officer�s Representative 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. (DEC 2022) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7004 DoD Antiterrorism Awareness Training for Contractors (JAN 2023) 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2024) (DEVIATION 2024-O0013) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023) 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2023) 252.204-7022, Expediting Contract Closeout (May 2021) 252.204-7024, Notice on the Use of the Supplier Performance Risk System (MAR 2023) 252.205-7000, Provision of Information to Cooperative Agreement Holders (OCT 2024) (10 U.S.C. 4957) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 2023) 252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023) 252.223-7997 Prohibition on Procurement of Certain Items Containing Perfluorooctane Sulfonate or Perfluorooctanoic Acid - Representation (DEVIATION 2022-O0010) (SEP 2022) 252.225-7001, Buy American and Balance of Payments Program (FEB 2024) (41 U.S.C. chapter 83, E.O 10582) 252.225-7002, Qualifying Country Sources as Subcontractors (MAR 2022) 252.225-7012, Preference for Certain Domestic Commodities (APR 2022) (10 U.S.C. 2533a) 252.225-7013 Duty Free Entry (NOV 2023) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7052, Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten (MAY 2024). 252.225-7055, Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022) 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023) 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation (JUN 2023) 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023) 252.225-7966, Prohibition Regarding Russian Fossil Fuel Business Operations�Representation (Deviation 2024-O0006, Revision 1) (MAR 2024) 252.225-7967, Prohibition Regarding Russian Fossil Fuel Business Operations (Deviation 2024- O0006, Revision 1) (FEB 2024) 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (AUG 2024) (DEVIATION 2024-O0014) 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation (AUG 2024) (DEVIATION 2024-O0014) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (JAN 2023) (Section 8021 of Public Law 107-248 and similar sections in subsequent DoD appropriations acts) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) (10 U.S.C. 2227) 252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (JAN 2023) (Section 1038 of Pub. L. 111-84) 252.243-7002, Requests for Equitable Adjustment (DEC 2022) (10 U.S.C. 2410) 252.244-7000, Subcontracts for Commercial Products and Commercial Services (NOV 2023) 252.247-7023, Transportation of Supplies by Sea � Basic (OCT 2024) (10 U.S.C. 2631(a)) 5352.201-9101, Ombudsman (JUL 2023) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is: Ombudsman: AFRL/PK Technical Director, Alternate Ombudsman: AFRL/PK Deputy Director, 1864 Fourth Street, WAFB OH 45433, Phone: (937) 904-9700, FAX: (937) 656-7321, Email: afrl.pk.workflow@us.af.mil 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 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, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate 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 DAFI 31-101, Integrated Defense, DODMAN5200.02_DAFMAN 16-1405 Air Force Personnel Security Program, and applicable individual area operating instructions. (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) All responsible organizations may submit a proposal, which shall be considered. Notice to Offeror(s)/Suppliers(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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d2a7c40093da401197ec7e6fa38148aa/view)
- Place of Performance
- Address: Rome, NY 13441, USA
- Zip Code: 13441
- Country: USA
- Zip Code: 13441
- Record
- SN07576204-F 20250905/250903230042 (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 |