Search Contract Opportunities

Base Operations Support (BOS) Services, Niagara Falls Air Reserve Station, NY   2

ID: FA664324R0002 • Type: Presolicitation
Question & Answer 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, 1:11 p.m. EDT

This is a Pre-Solicitation Notice. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.

Niagara Falls Air Reserve Station (ARS) has a requirement to manage and operate Base Operating Support (BOS) Services at Niagara ARS, NY. The services include all personnel, supervision, equipment, tools, materials, supplies, test equipment, and other items and services necessary to accomplish the following functions: Materiel Management; Fuels Management; Ground Transportation and Vehicle Management; Traffic Management Operations (TMO); Real Property Maintenance (RPM), Preventive Maintenance (PM); Real Property Services (RPS) to include recurring services (Pavement Clearance, Grounds Maintenance, Pest Control and Facility Management); & Real Property Maintenance (RPM), Corrective Maintenance (CM).

This contract will be subject to the Service Contract Labor Standards and Wage Rate Requirements (formerly Service Contract Act and Davis-Bacon Act respectively). The place of performance is Niagara Falls ARS, NY. The solicitation will result in a contract being issued on an ALL or NONE BASIS to a single contractor.

The projected date for issuance of the solicitation is on or about 3 July 2025. The anticipated award date is on or before 31 Marcy 2026.

The resulting contract will consist of a 12-month basic period, four (4) one-year option periods, and a six (6) month extension of services option period IAW FAR 52.217-8 that may be exercised at the discretion of the government. This effort is a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The solicitation will be posted on SAM.gov. All Amendments, Pre-Proposal Conference Minutes, Questions and Answers, etc. to the solicitation will also be issued via SAM.gov. Any proposal submitted by a business that is not classified as a SDVOSB by the Small Business Administration will not be evaluated.

Evaluation of offers will utilize Performance Price Tradeoff procedures IAW FAR 15.101-2.

A pre-proposal conference will be conducted at Niagara Falls ARS, NY with the date and time to be included in the solicitation. A maximum of two individuals per company will be permitted to attend. Full instructions for base access and any additional requirements will be provided within the official solicitation. Note: This is the Pre-Solicitation. The Site Visit date will be determined once the Official Solicitation is issued.

The North American Industry Classification System (NAICS) code is 561210 and the Size Standard is $47M. The Contractor MUST meet requirements of Federal Acquisition Regulation (FAR) 52.219-14, entitled "Limitations on Subcontracting", by providing at least 50% of the work.

The Air Force intends to award a single Firm Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract with supporting Time and Materials (T&M) and Cost Reimbursement (CR) line items.

In accordance with FAR 4.1102 and FAR 52.204-7, entitled "System for Award Management", Prospective contractor shall be registered in System for Award Management (SAM) database prior to award of a contract. Recommend registering immediately at https://www.sam.gov in order to be eligible for a timely award.

Foreign companies are not allowed to participate in this requirement IAW AFFARS 5305.204 and AFI 16-201, Chapter 8.

Posted: Jan. 27, 2025, 4:51 p.m. EST
Posted: Jan. 19, 2025, 11:47 p.m. EST

Overview

Response Deadline
July 3, 2025, 12:00 p.m. EDT (original: ) Past Due
Posted
Jan. 19, 2025, 11:47 p.m. EST (updated: July 2, 2025, 1:11 p.m. EDT)
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
Niagara Falls, NY 14304 United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Cost Plus Fixed Fee; Time And Materials; Fixed Price;
Est. Level of Competition
Average
Odds of Award
68%
Signs of Shaping
70% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 1/19/25 Reserve Command issued Presolicitation FA664324R0002 for Base Operations Support (BOS) Services, Niagara Falls Air Reserve Station, NY due 7/3/25. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC Z1AZ.
Primary Contact
Name
Mary Elizabeth Pyle Platts   Profile
Phone
None

Secondary Contact

Name
Jacob Burg   Profile
Phone
None

Documents

Posted documents for Presolicitation FA664324R0002

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation FA664324R0002

Incumbent or Similar Awards

Contracts Similar to Presolicitation FA664324R0002

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation FA664324R0002

Similar Active Opportunities

Open contract opportunities similar to Presolicitation FA664324R0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFRC > FA6670 914 AW LGC
FPDS Organization Code
5700-FA6670
Source Organization Code
100112819
Last Updated
July 4, 2025
Last Updated By
matthew.crum.9@us.af.mil
Archive Date
July 4, 2025