Site 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 Air Force, AFRL RIKO, is soliciting proposals for Site Support Services at the Air Force Research Laboratory Information Directorate (AFRL/RI) in Rome, NY, and associated test sites in Newport and Stockbridge, NY. This requirement is set aside for 8(a) businesses. The anticipated contract start date is June 1, 2026. Proposals are due by March 13, 2026, at 5:00 PM EST.
Scope of Work
The contractor will provide all necessary equipment and personnel for five key functions:
- Test Site Management
- Technical Library Services
- Mailroom Services (including a mailroom vehicle, 3 FTEs anticipated)
- Equipment Management
- Information Technology Asset Management (ITAM)
All contractor personnel must have a minimum of a high school diploma and obtain a Secret clearance. CMMC Level 2 is required.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: One (1) base year with four (4) option years, for a total potential duration of five years.
- Estimated Value: $47,000,000.00
- NAICS Code: 561210 (Facilities Operations Support Services), Size Standard: $47,000,000.00
- Set-Aside: 8(a) Set-Aside (FAR 19.8). Offerors must provide an SBA letter confirming current 8(a) status.
Submission & Evaluation
Proposals must be submitted electronically via email and are structured into four volumes: Contract Forms, Technical Documentation, Past Performance, and Price. The government intends to award without discussions, based on a best-value Performance-Price Tradeoff (PPT) process. Evaluation factors include Technical Acceptability (Technical Capability/Understanding and Personnel/Staffing Plan), Past Performance, and Price. Past performance will be evaluated for the lowest-priced technically passed offeror. No AI tools will be used in the evaluation.
Key Updates & Deadlines
This solicitation has undergone several amendments. The latest updates include:
- Proposal Due Date: Extended to March 13, 2026, 5:00 PM EST.
- Performance Work Statement (PWS): The PWS dated February 23, 2026, replaces all previous versions.
- Sections L&M: Instructions for proposal preparation and evaluation criteria are now provided in Attachment 9.
- Past Performance Questionnaire (PPQ): The updated PPQ (dated March 2, 2026) clarifies that offerors send the entire document to references, but only Section A (pages 2-3) should be included with the proposal.
- Q&A Documents: Two Q&A documents (February 24, 2026, and March 2, 2026) provide clarifications on various aspects, including staffing, vehicle requirements, and CMMC Level 2.
- Proposal Template: Attachment 3 (dated February 13, 2026) is the required pricing template.