Facility Services for Non-Real Property

SOL #: FA282326Q0005Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA2823 AFTC PZIO
EGLIN AFB, FL, 32542-5418, United States

Place of Performance

N PALM BEACH, FL

NAICS

Facilities Support Services (561210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Prefabricated Structures And Scaffolding (J054)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 10, 2025
2
Last Updated
Jan 23, 2026
3
Submission Deadline
Feb 3, 2026, 6:00 PM

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 Air Force, Operational Contracting Division, Air Force Test Center at Eglin AFB, Florida, is soliciting proposals for Facility Services for Non-Real Property. This is a Combined Synopsis/Solicitation (RFQ) for a Firm Fixed-Price Purchase Order under Simplified Acquisition Procedures.

Scope of Work

The requirement covers immediate inspection, maintenance, repairs, and minor modifications for non-real property facilities, specifically Buildings 15021 and 15022 at Eglin AFB. Key tasks include:

  • Relocation of one electrical panel and associated conduit.
  • Electrical modifications for lighting circuits and installation of new receptacles.
  • Servicing and maintenance of existing fire detection systems.
  • Inspection and immediate service to HVAC systems.
  • Minor repairs to external seals, joints, weatherproofing, and mitigation of water intrusions.
  • Upgrading Unistrut racks and mounting Government-furnished displays.
  • Responding to system failures within 48 hours.
  • Performing annual inspections with detailed reports.
  • "Above and Beyond" Maintenance and Repair services, requiring Contracting Officer approval.

Contract & Timeline

  • Type: Firm Fixed-Price Purchase Order (RFQ)
  • Duration: One base year plus four 12-month option years, totaling 5 years.
  • Set-Aside: 100% Total Small Business Set-Aside.
  • NAICS: 561210 Facilities Support Services, with a $47M size standard.
  • CLIN Structure: Includes Firm Fixed-Price CLINs for Immediate Repairs and Inspections, and Not-To-Exceed (NTE) CLINs for "Above and Beyond" Maintenance and Repair (ranging from $28,000 to $30,000 per year).
  • Wage Determinations: Service Contract Labor Standards (SCLS) Wage Determination 15-4531 Revision 32 applies to base CLINs, with Construction Wage Rate Requirements (DBA) incorporated for option years' maintenance and repair.
  • Offers Due: February 3, 2026, 12:00 PM Central Standard Time.
  • Published: January 22, 2026 (latest amendment).

Evaluation Factors

Award will be made to the Best Value Offeror based on an integrated assessment of:

  • Factor 1 - Technical (Pass/Fail): Evaluates Immediate Maintenance and Repair Completion Timeframe (within two months of mobilizing), Contractor Experience (minimum three successful projects in past five years), and Key Personnel/Qualifications (Contract Manager).
  • Factor 2 - Past Performance: Assessed for recency (within five years) and relevancy. Offerors must submit Past Performance Questionnaires (PPQs) for efforts not in CPARS; the Government will pull CPARS directly.
  • Factor 3 - Price: Offerors must use the provided Pricing Workbook (Attachment #3) to calculate the Total Evaluated Price (TEP). Price reasonableness and balance will be assessed.

Submission Requirements

Proposals must be submitted via email to kristina.brannon.1@us.af.mil. Submissions should include:

  • Volume I: Executed Contract Documents (including Financial Responsibility Questionnaire and Joint Venture Agreement, if applicable).
  • Volume II: Technical Proposal.
  • Volume III: Past Performance (including PPQs and Subcontractor Consent Letters).
  • Volume IV: Price Proposal (using the Pricing Workbook). Offers must remain firm for 60 calendar days. Award without discussions is contemplated.

People

Points of Contact

Kristina B. BrannonPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 10
Combined Synopsis/Solicitation
Posted: Jan 23, 2026
View
Version 9Viewing
Combined Synopsis/Solicitation
Posted: Jan 22, 2026
Version 8
Combined Synopsis/Solicitation
Posted: Jan 20, 2026
View
Version 7
Combined Synopsis/Solicitation
Posted: Jan 16, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Jan 9, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Dec 19, 2025
View
Version 4
Combined Synopsis/Solicitation
Posted: Dec 17, 2025
View
Version 3
Combined Synopsis/Solicitation
Posted: Dec 11, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: Dec 11, 2025
View
Version 1
Combined Synopsis/Solicitation
Posted: Dec 10, 2025
View