Search Contract Opportunities

Buckley SFB Restricted Area Maintenance Support (RAMS)

ID: RAMSRFI06272025 • Type: Sources Sought • Match:  100%
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
Draft a sources sought response template for 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

THIS SOURCES SOUGHT (SS) SYNOPSIS IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

The NAICS code is 541330.

In accordance with (IAW) Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all SS responses received, particularly those received from small businesses. Responses to this SS permits the Contracting Officer, IAW FAR 19.203(c), to consider an acquisition for the small business socioeconomic contracting programs to include 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB) programs, and to consider a small business set-aside (see 19.502-2(b)). Small businesses in all socioeconomic categories are highly encouraged to identify capabilities in meeting the requirements at fair market prices.

It is the contractor's responsibility to ensure that all work is performed is IAW all Air Force, federal, state, county, and local statutes, laws, regulations, safety requirements, instructions, manuals, handbooks, regulations, guidance, and policy letters.

Attached is the Draft Performance Work Statement (PWS) outlining the minimum requirements for the required service. Interested contractors should have a successful history of relevant experience associated with these services.

The responsible Contractors should submit a capability statement demonstrating their relevant experience. Capability statements for this SS are not expected to be proposals, but rather statements regarding the company's existing experience. Please include the following:

Full name of your firm, address, point of contact, point of contact phone number and email address.

Commercial and Government Entity (CAGE) Code.

Socioeconomic status (Large or Small Business, certified 8(a), HUBZone, Women-Owned, Service- Disabled, Veteran-Owned).

Evidence of recent (past 5 years) experience related to the requirement described above, to include Contract Number, Project Title and Description, and Points of Contact for each contract to include current telephone numbers and email addresses.

Any other information deemed pertinent that will aid in our assessment of your firm's capabilities.

THERE IS NO SOLICITATION AT THIS TIME. This is a request for information/sources sought announcement ONLY. This request for capability information does not constitute a request for proposals - no contract will be awarded from this notice and is not to be construed as a commitment by the Government. Submission of any information in response to this market survey is purely voluntary - the Government assumes no financial responsibility for any costs incurred. The Government is under no obligation to acknowledge receipt of any information received or provide feedback to respondents with respect to any information submitted. Telephone inquiries will not be accepted or acknowledged. This SS notice is for planning purposes only, and does not constitute a solicitation for bids/proposals. Responses will assist the Government in determining whether to set-aside/restrict competition in some way or solicit offers from all responsible sources. If a Request for Proposal (RFP) is issued, it will be announced at a later date. All interested parties must respond to that RFP announcement separately from the response to this announcement, and are responsible for monitoring the beta.SAM.gov website for the posting of any solicitation or subsequent updates.

Interested Contractors shall submit responses no later than 2:00 p.m. (MST) on 8 July 2025 via e-mail to the Contract Specialist, Ms. Kayla Barnett, at Kayla.Barnett.1@spaceforce.mil. Telephone requests for technical information will not be honored.

Background
This sources sought synopsis is issued by the government to gather information on potential contractors capable of fulfilling the requirements for Restricted Area Maintenance Support (RAMS) at Buckley Space Force Base (BSFB).

The agency aims to improve resiliency, reliability, flexibility, and maintainability of mission-critical systems while lowering energy consumption. The solicitation is intended to assess small business capabilities in meeting these requirements, particularly under socioeconomic contracting programs.

Work Details
The contractor will perform a variety of tasks including:
1. Maintenance and repair on Restricted Area equipment ensuring a 95% completion rate of scheduled preventive maintenance as required by DAFI 32-1001.
2. Ensuring uninterrupted electrical power service to the Restricted Area with zero unscheduled downtime per year.
3. Developing preliminary planning designs including scope of work descriptions, quantitative criteria, system condition ratings, cost estimates, and time schedules.
4. Providing electrical engineering support for operations and maintenance (O&M) projects and consulting on complex electrical engineering issues.
5. Managing construction projects from preconstruction site surveys to completion of as-built drawings for mission-critical facilities.
6. Performing mechanical engineering services including oversight of maintenance plans for mechanical systems, developing operational testing specifications, and analyzing mechanical equipment failures.
7. Compliance with health, safety, and environmental regulations throughout all phases of work.

Place of Performance
The contract will be performed at Buckley Space Force Base.

Overview

Response Deadline
July 8, 2025, 4:00 p.m. EDT Past Due
Posted
June 27, 2025, 12:36 p.m. EDT
Set Aside
None
Place of Performance
Aurora, CO United States
Source

Current SBA Size Standard
$25.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
37%
On 6/27/25 Space Force issued Sources Sought RAMSRFI06272025 for Buckley SFB Restricted Area Maintenance Support (RAMS) due 7/8/25. The opportunity was issued full & open with NAICS 541330 and PSC J045.
Primary Contact
Name
Kayla Barnett   Profile
Phone
None

Documents

Posted documents for Sources Sought RAMSRFI06272025

Question & Answer

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

Incumbent or Similar Awards

Contracts Similar to Sources Sought RAMSRFI06272025

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought RAMSRFI06272025

Similar Active Opportunities

Open contract opportunities similar to Sources Sought RAMSRFI06272025

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFSPC > FA2543 460 CONS
FPDS Organization Code
5700-FA2543
Source Organization Code
100076523
Last Updated
July 23, 2025
Last Updated By
kayla.barnett.1@spaceforce.mil
Archive Date
July 23, 2025