Search Contract Opportunities

610 Command and Control Squadrons Operations, Maintenance, and Repairs Indefinite Delivery Indefinite Quantity (610 CACs OMR IDIQ)   2

ID: FA487725QA174 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: July 2, 2025, 5:58 p.m. EDT
**Amendment 0009 - Answers to Contractor Questions are now posted to this solicitation. The Non Disclosure Agreement (NDA) has also been posted. If an interested vendor would like access to APPENDIX B ? Maps and Facility Drawings, APPENDIX C ? Current Equipment Inventory, and APPENDIX L- HMHS Plan, they must fill out the attached NDA and send it to the Contracting Officer, Mr. Jerry Sauder at jerry.sauder.1@us.af.mil. Once he receives and processes the signed NDA, he will email the documents to you via a DoD safe link for download. Be sure to include the correct names and emails of those who will be receiving the attachments. Quotes are now due on Monday, 21 July 2025 by 4:00pm (MST).** **Amendment 0008 - Extension to Answers to Contractor Questions and Quote Due Date - The 355th Contracting Office is waiting for the applicable documentation per the PWS and therefore the Answers to Contractor Questions which will include the required NDA for the applicable documents, will now be posted on 02 July 2025 by 4:00 PM (MST) and quotes are now due on 15 July 2025 by 4:00 PM (MST)** **Amendment 0007 - Extension to Answers to Contractor Questions and Quote Due Date - The 355th Contracting Office is waiting for the applicable documentation per the PWS and therefore the Answers to Contractor Questions which will include the required NDA for the applicable documents, will now be posted on 20 June 2025 by 4:00 PM (MST) and quotes are now due on 30 Jun 2025 by 4:00 PM (MST)** **Amendment 0006 - Extension to Answers to Contractor Questions and Quote Due Date - The 355th Contracting Office is waiting for the applicable documentation per the PWS and therefore the Answers to Contractor Questions which will include the required NDA for the applicable documents, will now be posted on 27 May 2025 by 4:00 PM (MST) and quotes are now due on 13 Jun 2025 by 4:00 PM (MST)** **Amendment 0005 - Extension to Answers to Contractor Questions and Quote Due Date - The 355th Contracting Office is waiting for the applicable documentation per the PWS and therefore the Answers to Contractor Questions which will include the required NDA for the applicable documents, will now be posted on 09 May 2025 by 4:00 PM (MST) and quotes are now due on 26 May 2025 by 4:00 PM (MST)** **Amendment 0004 - Extension to Answers to Contractor Questions and Quote Due Date - The 355th Contracting Office is waiting for the applicable documentation per the PWS and therefore the Answers to Contractor Questions which will include the required NDA for the applicable documents, will now be posted on 28 Apr 2025 by 4:00 PM (MST) and quotes are now due on 12 May 2025 by 4:00 PM (MST)** **Amendment 0002 and 0003 ? Extension: Answers to Contractor Questions and Quote Due Date - Answers to Contractor Questions which will include the required NDA for appropriate documents to prepare proper quotes, will now be due on 21 Apr 2025 by 4:00 PM (MST) and quotes are now due on 05 May 2025 by 4:00 PM (MST)** **Amendment 0001 - Attachment 13, Clauses and Provisions has been updated per Executive Order.** This is a solicitation for commercial services prepared in accordance with the acquisition procedures of the Federal Acquisition Regulation (FAR) 13.5 and DoD Source Selection Procedures Utilizing the Highest. This announcement constitutes the only written solicitation as a combined synopsis and solicitation, a written solicitation will not be issued. The Request for Quote (RFQ) number FA487725QA174, 610 Command and Control Squadrons Operations, Maintenance, and Repairs Indefinite Delivery Indefinite Quantity (610 CACs OMR IDIQ) Contract must be used to reference any written quote provided under this RFQ. This RFP incorporates provisions and clauses in effect through the Federal Acquisition Circular 2025-03; published 17 Jan 2025, DFARS Effective 17 Jan 2025, and DAFAC 2024-1016, effective 16 Oct 2024. The associated NAICS Code is 561210 with a small business size standard of $47 million. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov. A lack of a current SAM registration will make an offeror ineligible for award. The expected award type is a firm-fixed priced a single award indefinite-delivery indefinite-quantity (IDIQ) with a five (5) year ordering period. The right to make multiple awards or no award is reserved by the government. This solicitation is a 100% Competitive 8(a) set aside. The 610 CACS requires a contractor to provide cost effective operations, maintenance, repair, and service functions for the Non-Real Property equipment on this site to a standard that prevents deterioration beyond that which results from normal wear and tear, or prevents degradation, of 610 CACS missions using life cycle maintenance practices. The plan and program shall include provisions for control and accountability of all contractor utilized vehicles, equipment, tools and materials, and furnish all labor, supervision, management, tools, materials, equipment, software, facilities, transportation, incidental engineering, and other items necessary to provide the services for the 610 CACS. Broad examples of contractor responsibilities include, but are not limited to, Hardness Maintenance / Hardness Surveillance, Facility Related Control Systems, Heating, Ventilation, and Air Conditioning (HVAC), plumbing, emergency power systems including generators, paralleling switchgear, automatic transfer switches and Uninterruptable Power Supplies, electrical, fire alarm/suppression/mass notification, structural, alarms, roofing maintenance and repair, and work request management. The government will make an award in accordance with Addendum 52.212-1, Instructions to Offerors ? Commercial Items and 52.212-2, Evaluation ? Commercial Items attached to this solicitation. The contractor will provide their pricing quote for all CLINs found in the Attachment 6, Total Evaluated Price (TEP) Matrix which also provides refence for entire CLIN structure. Notice to Contractors/Vendors: a. The USAF reserves the right to cancel this RFP, at any time before or after the closing date of the solicitation. In the event that the USAF cancels this RFP, the USAF has no obligation to reimburse a contractor for any costs. b. The USAF requests that all quotes are valid for 180 days from the date of submission. This request must be acknowledged explicitly within all submissions. Quotes must be submitted no later 25 April 2025 by 4:00 PM Mountain Standard Time. Offerors are responsible for verifying the receipt of their quotes to this office before the quote due date and time. The quotes will be submitted via the PIEE Solicitation Module. See section 2.6.3 in Attachment 1, Instructions_Addendum to 52.212-1 attached to this solicitation for further details. Note: .zip files are not acceptable for the Air Force Network and will not go through our email system. A site visit will not be conducted. All questions regarding this RFP must be submitted via email to megan.middleton.5@us.af.mil and jerry.sauder.1@us.af.mil by 04 April 2025 at 4:00 PM Mountain Standard Time. The USAF will not provide contract financing for this acquisition. Upon successful award and satisfactory performance, payment will be submitted via invoice through the Wide Area Workflow website. Key Dates and Time (All Times are Mountain Standard Time) Solicitation Date ? 18 March 2025 Questions Due Date ? 04 April 2025 at 4:00 PM Answers Posted ? 21 April 2025 at 4:00 PM Quote Due Date ? 05 May 2025 at 4:00 PM Attachment List: Attachment 1, Instructions_Addendum to 52.212-1 Attachment 2, Evaluation_Addendum to 52.212-2 Attachment 3, PWS_610 CACS Shelter OMR Attachment 4, Equipment List, 25QA174 Attachment 5, Self Scoring Worksheet, 25QA174 Attachment 6, Total Evaluated Price Matrix, 25QA174 Attachment 7, CONTRACTOR_PAST_PERFORMANCE_QUESTIONNAIRE, 25QA174 Attachment 8, Contractor Questions (RFI), 25QA174 Attachment 9, Work Sample Cover Sheet, 25QA174 Attachment 10, DDForm254, 25QA174 Attachment 11, Instructions for Completing DD FORM 254, 25QA174 Attachment 12, Service Contract Act WD 2015-5473, 25QA174 Attachment 13, Clauses and Provisions, 25QA174 Attachment 14, Mission Essential, 25QA174 Attachment 15, DM Contractor Environmental Guide, 25QA174
Posted: July 2, 2025, 5:58 p.m. EDT
Posted: June 25, 2025, 12:54 p.m. EDT
Posted: June 11, 2025, 1:10 p.m. EDT
Posted: May 20, 2025, 2:38 p.m. EDT
Posted: May 1, 2025, 2:19 p.m. EDT
Posted: April 22, 2025, 10:25 a.m. EDT
Posted: April 9, 2025, 4:54 p.m. EDT
Posted: March 19, 2025, 11:46 a.m. EDT
Posted: March 18, 2025, 6:25 p.m. EDT
Background
The 610 Command and Control Squadron (610 CACS) is located at Davis-Monthan Air Force Base (DMAFB), Arizona, and is responsible for providing communications support to combatant commanders worldwide.

The goal of this contract is to ensure cost-effective operations, maintenance, repair, and service functions for Non-Real Property equipment at the 610 CACS compound, preventing deterioration beyond normal wear and tear and ensuring uninterrupted mission support.

Work Details
The contractor will provide comprehensive services including:
1. Operations Management Support: Centralized customer service available 24/7 for service calls, managing work requests, and maintaining accountability of resources.
2. Preventive Maintenance: Regular inspections and maintenance of HVAC systems, plumbing, electrical systems, fire protection systems, and more to ensure reliability and compliance with industry standards.
3. Scheduled Sustainment Work: Prioritized maintenance tasks categorized by urgency (Priority 1-4) with specific response times outlined for each category.
4. Reporting Requirements: Submission of various reports detailing service performance metrics, waste disposal records, customer service logs, and preventive maintenance activities on a regular basis.
5. Environmental Compliance: Adherence to federal, state, and local environmental laws regarding waste management and hazardous materials.
6. Quality Control Plan: Development of a QCP to ensure services meet contract requirements with regular inspections and corrective actions documented.

Period of Performance
The contract will have a five-year ordering period following the award date.

Place of Performance
Services will be performed at the 610 CACS compound located at Davis-Monthan Air Force Base (DMAFB), Arizona.

Overview

Response Deadline
July 21, 2025, 7:00 p.m. EDT (original: April 25, 2025, 7:00 p.m. EDT) Past Due
Posted
March 18, 2025, 6:25 p.m. EDT (updated: July 2, 2025, 5:58 p.m. EDT)
Set Aside
8(a) (8A)
Place of Performance
610 Command and Control Squadron Davis Monthan AFB, Tucson, AZ 85707 85707
Source

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
70% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 3/18/25 Air Combat Command issued Synopsis Solicitation FA487725QA174 for 610 Command and Control Squadrons Operations, Maintenance, and Repairs Indefinite Delivery Indefinite Quantity (610 CACs OMR IDIQ) due 7/21/25. The opportunity was issued with a 8(a) (8A) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC Z1AZ.
Primary Contact
Name
Megan Middleton   Profile
Phone
(520) 228-3872

Additional Contacts in Documents

Title Name Email Phone
Contact Person Jerry Sauder Profile jerry.sauder.1@us.af.mil None

Documents

Posted documents for Synopsis Solicitation FA487725QA174

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation FA487725QA174

Award Notifications

Agency published notification of awards for Synopsis Solicitation FA487725QA174

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation FA487725QA174

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation FA487725QA174

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA487725QA174

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA487725QA174

Experts for 610 Command and Control Squadrons Operations, Maintenance, and Repairs Indefinite Delivery Indefinite Quantity (610 CACs OMR IDIQ)

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > ACC > FA4877 355 CONS PK
FPDS Organization Code
5700-FA4877
Source Organization Code
500042543
Last Updated
Nov. 13, 2025
Last Updated By
megan.middleton.5@us.af.mil
Archive Date
Nov. 13, 2025