Facility Services for Non-Real Property
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 Air Force, specifically the Operational Contracting Division at Eglin AFB, Florida, is soliciting proposals for Facility Services for Non-Real Property. This is a 100% Small Business Set-Aside for maintenance, repairs, and inspections of non-real property facilities. Proposals are due by February 3, 2026, at 12:00 PM Central Standard Time.
Scope of Work
The requirement is for comprehensive facility services, including immediate inspection, maintenance, repairs, and minor modifications for non-real property facilities (Buildings 15021 and 15022) at Eglin Air Force Base. Services cover structural, mechanical, electrical, fire detection, and intrusion/security systems. Specific tasks include electrical panel relocation, lighting circuit modifications, new receptacle installations, HVAC servicing, minor weatherproofing repairs, and Unistrut rack upgrades. Annual inspections are required, with "Above and Beyond" maintenance and repair work authorized by the Contracting Officer as needed. The Performance Work Statement (PWS) is dated January 20, 2026.
Contract Details
- Contract Type: Firm-Fixed Price (FFP) purchase order.
- Period of Performance: A base year plus four 12-month option years, totaling five years.
- NAICS: 561210 Facilities Support Services, with a size standard of $47 million.
- CLIN Structure: Includes FFP CLINs for Immediate Repairs and Inspections, and Not-To-Exceed (NTE) CLINs for "Above and Beyond" Maintenance and Repair (up to $28K-$30K per option year, with a total NTE of $285,000 for these CLINs).
- Wage Determination: Services Contract Labor Standards (SCLS) Wage Determination #15-4531 Revision 32 (dated December 17, 2025) is incorporated. Construction Wage Rate Requirements (DBA) will be incorporated into option years for relevant labor classifications.
Evaluation Criteria
Award will be made to the responsible, Best Value Offeror. Evaluation factors include:
- Technical (Pass/Fail): Assesses Immediate Maintenance and Repair Completion Timeframe, Contractor Experience (minimum three similar projects in past five years), and Key Personnel/Qualifications (Contract Manager required).
- Past Performance: Evaluated for recency (within five years), relevancy, and quality. The government will pull CPARS; offerors submit Past Performance Questionnaires (PPQs) for efforts not in CPARS.
- Price: Evaluated for reasonableness and balance using the provided Pricing Workbook.
Key Dates & Submission
- Proposals Due: February 3, 2026, at 12:00 PM Central Standard Time.
- Site Visit: A group site visit was held on January 8, 2026. Notes from the site visit have been posted.
- Submission: Offers must be submitted via email to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
- Attachments: Key documents include the PWS (20 Jan 2026), Pricing Workbook (22 Jan 2026), Wage Determination (15-4531 Rev 32), Past Performance Questionnaire, Financial Responsibility Questionnaire, and Subcontractor Consent Template.