Apiay Base Operations Support Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army is issuing a Presolicitation for Apiay Base Operations Support Services at Apiay Air Base near Villavicencio, Colombia. This opportunity seeks non-personal services for facility and equipment maintenance, groundskeeping, janitorial services, administrative support, property accountability, cargo movement, and billeting management. The Government anticipates a Firm-Fixed Price contract with a 6-month base period and four 12-month option periods. No set-asides are planned for this acquisition.
Scope of Work
The contractor will provide comprehensive non-personal services essential for the operation of Forward Operating Site (FOS) Apiay. Key services include:
- Repair and maintenance of facilities and equipment.
- Grounds maintenance and housekeeping/janitorial services.
- Administrative support and property accountability.
- Cargo movement and management of billeting facilities. Performance standards require a Quality Control Plan (QCP) within 30 days and an Operations Security (OPSEC) SOP within 90 days of award, with specific acceptable quality levels (AQLs) detailed for each task area.
Contract & Timeline
- Contract Type: Anticipated Firm-Fixed Price (FFP) for most services, with Cost and Fixed Price NTE for specific CLINs (Other Direct Costs, CAP, Travel).
- Period of Performance: A 6-month base period (July 30, 2026 - January 29, 2027), followed by four 12-month option periods, extending through January 29, 2031.
- Set-Aside: None.
- Solicitation Release: On or around April 20, 2026.
- Pre-Proposal Conference/Site Visit: Tentatively scheduled for May 13, 2026.
- PWS Questions Due: April 7, 2026, by 3:00 PM ET.
Special Requirements
- Personnel: Key personnel include a Site Manager/Alternate and a Fuels Manager. All personnel must possess bilingual English/Spanish proficiency and secret security clearances.
- Security: Personnel require security clearances, background checks, compliance with Force Protection Condition (FPCON) levels, and escorts for U.S. facility access.
- Training: Mandatory training includes AT Level I, OPSEC, TARP, iWATCH, and SERE 100.1.
- Government Furnished Items: Facilities, utilities, and equipment will be provided.
- Contractor Furnished Items: The contractor must provide all other necessary supplies, equipment, and services.
- Reporting: Daily SITREPs, monthly invoices with supporting documentation, and various training/compliance certificates are required.
Action Items
Interested offerors should monitor SAM.gov for the solicitation release. Vendors are encouraged to submit questions regarding the draft Performance Work Statement (PWS) by April 7, 2026, and plan to attend the tentative pre-proposal conference/site visit on May 13, 2026.