Search Contract Opportunities

Cannon AFB - Melrose Air Force Support Contract   3

ID: FA485525R0001 • Type: Solicitation • 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:
Loading

Description

Posted: Nov. 26, 2025, 10:14 a.m. EST

Amendments 0007 and 0008 are now posted. Changes are as follows:

1) Amendment 0008 - Extension date of 18 April 2025 formally changed in SF30. Extension was communicated on Amendment 0006, however SF30 did not officially reflect that update.

2) Amendment 0007 - Price Proposal Workbook / Attachment 07: Split Summary tab out into "Summary - REG" and "Summary - OT" tabs. See updated Instructions tab on Attachment 07 for further details. Other various formatting changes and updates. Current version is now V2.4.

2) Amendment 0007 - RFI Log updated with RFIs and corresponding answers from the 09 April - 10 April Q&A Period.

3) Both Amendments - See Summary of Changes for additional updates incorporated in these Amendments.

//////////

Amendment 0006 is now posted. Changes are as follows:

1) Extend RFP deadline from Friday, 11 April to Friday, 18 April.

2) Add additional Q&A period as follows: Questions will be accepted from Wednesday, 9 April through Thursday, 10 April at 1700 MT. RFIs received, and corresponding answers, will be posted to SAM.gov in an updated RFI Log by COB on Friday, 11 April.

3) Price Proposal Workbook / Attachment 07: Various formatting changes. Current version is now V2.3.

4) Staffing Matrix / Attachment 15: Updated to include tasks related to CLIN 0011, Range Safety Inspector / Integrator. Latest revised date is 08 April 2025.

5) See Summary of Changes for additional updates incorporated in this Amendment.

//////////

Amendment 0005 is now posted.

See Summary of Changes for all updates incorporated into this Amendment.

//////////

Amendment 0004 is now posted. Changes are as follows:

1) Price Proposal Workbook / Attachment 07: Corrected formula in CLIN 0002 on Base Year 1 tab. Updated "Est. Quantity" to "Est. Annual Spend" for CLIN X008, Materials. Changed quantity for same from 1,000 to $10,000.00. $10,000 per year is maximum anticipated materials expenditure. Updated "Est." to "Est. Annual Spend" for CLIN X009 on all Base and IOP tabs. Updated "Not Separately Priced" on same to show $5,000.00 for Contracting Writing System compatibility. $5,000.00 per year is maximum anticipated training travel spend. Added Plumber and Electrician to Summary tab. Other misc. formatting updates. Current version is now V2.1.

2) See Summary of Changes for additional updates incorporated in this Amendment.

Amendment 0003 is now posted. Changes are as follows:

1) Upload all timely RFIs. All RFIs have been answered. (SF30 contains obsolete info here, stating that majority of RFIs have been answered and that remainder will be answered via Amendment 0004 NLT COB Friday, 28 March).

2) Performance Work Statement / Attachment 01: Updated per RFIs and corresponding response(s). Updated to V3.8.

3) Exhibit A-001 DD1423 CDRL for Mgmt Plan / Attachment 05: Updated per RFIs and corresponding response(s).

4) Price Proposal Workbook / Attachment 07: Updated per RFIs and corresponding response(s). Updated to V2. Latest revised date is 24 March 2025.

5) Small Business Participation Commitment Document / Attachment 16: Updated per RFIs and corresponding response(s). Latest revised date is 20 March 2025.

6) Past Performance Info Sheet & Questionnaire / Attachment 18: Updated per RFIs and corresponding response(s). Latest revised date is 20 March 2025.

7) FAR 52.212-1 / Attachment 20: Updated per RFIs and corresponding response(s). Latest revised date is 24 March 2025.

8) FAR 52.212-2 / Attachment 21: Updated per RFIs and corresponding response(s). Latest revised date is 24 March 2025. (SF30 does not mention).

9) See Summary of Changes for additional updates incorporated in this Amendment.

//////////

A Site Visit was held on 17 March 2025. Sign-In Sheet and Minutes are now posted. Please note that information provided at the Site Visit, as well as the Site Visit Minutes, shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless/until such time as the solicitation is amended in writing.

//////////

Amendment 0002 is now posted. Changes are as follows:

1) FAR Provision 52.212-1 / Attachment 20: Section Deadline for technical questions in Section 2.1.2.7 changed to 21 March 2025, in order to match the Site Visit questions deadline in FAR Provision 52.237-1.

2) Performance Work Statement / Attachment 01: Added Sections 3.6.4 through 3.6.6 as Reserved, where there was previously a gap in numbering. Various minor formatting changes not material to the technical aspect of the PWS.

3) See Summary of Changes for additional updates incorporated in this Amendment.

//////////

Amendment 0001 is now posted. Changes are as follows:

1) FAR Clause 52.237-1: The Pre-Proposal Site Visit Date has changed from Monday, 10 March 2025 to Friday, 14 March 2025. Site Visit start time is unchanged at 0800 MT.
2) Attachment 01 - MAFR OMS PWS 2025 Reacq V3.6 has been uploaded in place of V3.5. V3.6 contains several minor changes and clarifications. All changes and clarifications are highlighted in yellow.
3) Response Due Date has changed from Monday, 07 April 2025 at 1000 MT, to Friday, 11 April 2025 at 1000 MT.

//////////

NOTE: Due to IT issues, the subject RFP was released in the Government contract writing systems on Saturday, 22 February but was unable to be pulled for posting until Tuesday, 25 February.

The 27th Special Operations Contracting Squadron at 110 E. Alison Ave, Cannon AFB, NM, 88103 intends to solicit for Melrose Air Force Range (MAFR) Operations, Maintenance and Support (OM&S) Services. The magnitude of this requirement is estimated to be between $100,000,000 and $250,000,000. The Government anticipates one contract to be awarded as a Total Small Business Set-Aside IAW FAR 19.5. The Government anticipates utilizing North American Industry Classification System (NAICS) code 561210, Facility Support Services. PERIOD OF PERFORMANCE: Period of Performance is contemplated to consist of an initial five (5) year Base Period followed by up to five (5) one (1) -year Incentive Option Periods. BRIEF DESCRIPTION OF SERVICES: MAFR is a Primary Training Range (PTR) accommodating multiple types of air-to-surface, surface-to-air, and ground training. MAFR consists of 70,010 acres and contains target arrays, Military Operations in Urban Terrain (MOUT) sites, landing zones, dudded and inert impact areas, threat simulators, weapons scoring systems, and provides Service Class A and C range capabilities. MAFR supports all DoD and non-interfering civilian agency training requirements. The Contractor shall provide a fully functional PTR to meet war-fighter training and readiness requirements. The Contractor shall provide personnel, training, supervision, and administrative support to perform nine regimes of support encompassing facility maintenance, aerial gunnery and bombing ranges, ground training ranges, MOUT sites, electronic/technology, scheduling, wildland fire, paramedic, and Situational Force (SITFOR). These regimes include all OM&S for MAFR. MAFR consists of Electronic Warfare Range (EWR), air and ground ranges, ground training facilities, and administrative facilities. MAFR provides a wide of range operations and training capabilities offered to users within the Air Force. In addition, the Contractor is responsible for supporting operation and maintenance of all range equipment including vehicles and heavy equipment used to support the operations of MAFR. Anticipated line items are as follows: Air and Ground Operations Support, Electronic Warfare and Electronic Systems Support, Wildland Fire Management Support, Scheduling Support, Additional Operating Hours, Paramedic Support, SITFOR and Additional Task Support. CLEARANCE REQUIREMENTS: Overarching security requirements and Contractor access to classified information shall be as specified in the basic DD Form 254, Contract Security Classification, as required. The Contractor shall complete a DD Form 254 and ensure all Contractor electronic technician, program manager, and deputy program manager obtain and maintain a SECRET security clearance for the duration of the contract period of performance. All Contractor personnel with access to unclassified information systems, including e-mail, shall have at a minimum a favorable National Agency Check (NAC). All employees shall have a U.S. Air Force unclassified email account. PLACE OF PERFORMANCE: Cannon Air Force Base (CAFB), New Mexico and Melrose Air Force Range (MAFR), New Mexico. ADDITIONAL NOTES: In order to be awarded a contract by this office, an offeror must be registered in the System for Award Management (SAM). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY SAM.gov - FREQUENTLY FOR ANY CHANGES TO THE SYNOPSIS. SAM.gov IS THE OFFICIAL LOCATION FOR THE SUBJECT PRESOLICITATION AND SOLICITATION. The Government is not responsible for the content of any postings on third-party websites that link to the subject Presolicitation and Solicitation. Point of contacts are Ms. Patricia Thatcher, Contract Specialist, at patricia.thatcher@us.af.mil AND Capt. Michael Boyd, Contract Specialist, at michael.boyd.9@us.af.mil. Interested vendors are encouraged to review and submit any questions or comments to the above POCs.

Posted: April 11, 2025, 5:20 p.m. EDT
Posted: April 9, 2025, 1:02 p.m. EDT
Posted: April 3, 2025, 12:18 p.m. EDT
Posted: March 28, 2025, 2:40 p.m. EDT
Posted: March 25, 2025, 7:55 a.m. EDT
Posted: March 17, 2025, 11:39 p.m. EDT
Posted: March 12, 2025, 3:12 p.m. EDT
Posted: Feb. 28, 2025, 10:56 p.m. EST
Posted: Feb. 25, 2025, 3:22 p.m. EST
Background
The 27th Special Operations Contracting Squadron at Cannon Air Force Base, NM, is soliciting for Melrose Air Force Range (MAFR) Operations, Maintenance, and Support (OM&S) Services. The contract aims to provide a fully functional Primary Training Range (PTR) to meet war-fighter training and readiness requirements. The estimated magnitude of the requirement is between $100,000,000 and $250,000,000, with the intention of awarding one contract as a Total Small Business Set-Aside.

Work Details
The Contractor shall provide personnel, training, supervision, and administrative support to perform nine regimes of support which include: facility maintenance; aerial gunnery and bombing ranges; ground training ranges; Military Operations in Urban Terrain (MOUT) sites; electronic/technology support; scheduling; wildland fire management; paramedic services; and Situational Force (SITFOR). Responsibilities also encompass operation and maintenance of all range equipment including vehicles and heavy equipment. MAFR consists of various facilities including Electronic Warfare Range (EWR), air and ground ranges, ground training facilities, and administrative facilities.

Anticipated line items include:
- Air and Ground Operations Support
- Electronic Warfare and Electronic Systems Support
- Wildland Fire Management Support
- Scheduling Support
- Additional Operating Hours
- Paramedic Support
- SITFOR
- Additional Task Support.

Period of Performance
The period of performance is expected to consist of an initial five-year Base Period followed by up to five one-year Incentive Option Periods.

Place of Performance
The contract will be performed at Cannon Air Force Base (CAFB), New Mexico, and Melrose Air Force Range (MAFR), New Mexico.

Overview

Response Deadline
April 18, 2025, 12:00 p.m. EDT (original: April 7, 2025, 12:00 p.m. EDT) Past Due
Posted
Feb. 25, 2025, 3:22 p.m. EST (updated: Nov. 26, 2025, 10:14 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Cannon AFB, NM 88103 United States
Source

Current SBA Size Standard
$47 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
$100,000,000 - $250,000,000 (value based on agency estimated range)
Signs of Shaping
70% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 2/25/25 Air Force Special Operations Command issued Solicitation FA485525R0001 for Cannon AFB - Melrose Air Force Support Contract due 4/18/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC M1BZ.
Primary Contact
Name
Patricia Thatcher   Profile
Phone
(575) 784-2880

Secondary Contact

Name
Michael Boyd   Profile
Phone
None

Documents

Posted documents for Solicitation FA485525R0001

Opportunity Assistant

Opportunity Lifecycle

Procurement notices related to Solicitation FA485525R0001

IDV Awards

Indefinite delivery vehicles awarded through Solicitation FA485525R0001

Contract Awards

Prime contracts awarded through Solicitation FA485525R0001

Incumbent or Similar Awards

Contracts Similar to Solicitation FA485525R0001

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA485525R0001

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA485525R0001

Experts for Cannon AFB - Melrose Air Force Support Contract

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFSOC > FA4855 27 SOCONS LGC
FPDS Organization Code
5700-FA4855
Source Organization Code
500045944
Last Updated
Nov. 26, 2025
Last Updated By
michael.boyd.9@us.af.mil
Archive Date
May 3, 2025