Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2025 SAM #8570
SOLICITATION NOTICE

J -- Blast Containment Management System (BCMS)

Notice Date
5/12/2025 11:06:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
FA9401 377 MSG PK KIRTLAND AFB NM 87117-0001 USA
 
ZIP Code
87117-0001
 
Solicitation Number
FA940125R0005
 
Response Due
6/10/2025 11:00:00 AM
 
Archive Date
01/01/2026
 
Point of Contact
Kelly McGrath, Phone: 5058463707, Andrew Wiseman, Phone: 5052466893
 
E-Mail Address
kelly.mcgrath.1@us.af.mil, andrew.wiseman.2@us.af.mil
(kelly.mcgrath.1@us.af.mil, andrew.wiseman.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Blast Containment Management System (BCMS) Combined Synopsis/Solicitation FA9401-25-R-0005 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is FA9401-25-R-0005 and the solicitation is issued as a request for proposal (RFP). This acquisition is conducted in accordance with FAR Part 12 and 13 procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2025-03, Effective 17 January 2025. This requirement is set-aside for 100% Small Business, the North American Industry Classification System (NAICS) code is 811210, and the small business size standard is $34,000,000.00 The 377 MSG/PKA Branch has a requirement to contract for Blast Containment Management System (BCMS) Upgrade and Maintenance Services for the 898th Munitions Squadron (898 MUNS) at Kirtland Air Force Base, New Mexico for the period 01 July 2025 � 30 June 2026 with four 1-year options through 30 June 2030. Offerors shall use the solicitation Standard Form 1449, which includes all contract line item numbers (CLINs), quantities and units of issue, to fill in all unit prices and total amount blocks under the �Supplies or Services & Price or Costs� section and fill in the total award amount block 26 on page 1 of this solicitation. Attachment 1, Performance Work Statement (PWS), contains the description of the requirement for Blast Containment Management System (BCMS) for 898th Munitions Squadron Facility Building 27496 at Kirtland Air Force Base, New Mexico. Places of performance and acceptance are the 898th Munitions Squadron (898 MUNS) facility at Kirtland Air Force Base, New Mexico. All offerors must propose FOB (free on board) destination. Required period of performance: Base: 01 July 2025 � 30 June 2026 Option Year 1: 01 July 2026 � 30 June 2027 Option Year 2: 01 July 2027 � 30 June 2028 Option Year 3: 01 July 2028 � 30 June 2029 Option Year 4: 01 July 2029 � 30 June 2030 The provision at FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Addenda to this provision are included in Standard Form 1449, Request for Proposal. The provision at FAR 52.212-2, Evaluation�Commercial Products and Commercial Services (Nov 2021), applies to this acquisition. Specific evaluation criteria contained in paragraph (a) of that provision are included in Standard Form 1449, Request for Proposal. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024), Alternate I (Feb 2024), with their offer, or complete paragraph (b) of 52.212-3, if the offeror has completed the annual representations and certifications electronically at http://www.sam.gov. Note: In order to be eligible for award the contractor is required to be registered in the System for Award Management (SAM), http://www.sam.gov, and Wide Area Workflow (WAWF), https://wawf.eb.mil. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. Addenda to this provision are included in Standard Form 1449, Request for Proposal. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Products and Commercial Services (Jan 2025) (DEVIATION 2025-O0003 and 2025-O0004) (Mar 2025), applies to this acquisition; additional FAR clauses cited in the clause are: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) (41 U.S.C. 4704 and 10 U.S.C. 4655). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, or Voluntarily Excluded. (Jan 2025) (31 U.S.C. 6101 note). 52.222-50, Combatting Trafficking in Persons (Nov 2021) (22 U.S.C chapter 78 and E.O. 13627) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) (31 U.S.C. 3332). Additional FAR (Federal Acquisition Regulation), DFARS (Defense FAR Supplement) and AFFARS (Air Force FAR Supplement) clauses are included in Standard Form 1449, Request for Proposal. Offers are due 10 June 2025 not later than 12:00 hrs Mountain Daylight Time (MDT). Offerors SHALL submit their proposal electronically to the Procurement Integrated Enterprise Environment (PIEE) Solicitation application no-later-than the date/time specified in Standard Form 1449 Block #8 to be deemed responsive. Should the Offeror have issues uploading/submitting their proposal to the PIEE Solicitation application then offers may be sent via email to andrew.wiseman.2@us.af.mil and kelly.mcgrath.1@us.af.mil. Only electronic offers will be accepted. Postal mail shall not be used to submit offers. For PIEE Solicitation application/email submissions see Addendum to FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services. No late offers will be considered. A pre-proposal site visit is tentatively projected to be scheduled for the week of 19 May 2025. Please submit the names of your attendees to andrew.wiseman.2@us.af.mil and kelly.mcgrath.1@us.af.mil by 1200 Mountain Daylight Time (MDT) 15 May 2025. Due to the facilities restricted access no more than 3 personnel for each contractor will be authorized to attend the site visit. Contractor is to provide a list of all attendees full names, a copy of each individual�s driver�s license, and indicate whether the individual also requires a base pass in order to gain enter the KAFB installation. NOTE � Kirtland Air Force Base (KAFB) is not an open base and attendees must have a valid ID or contractor pass to access the base. Prime contractors who do not have the necessary identification to enter the base must make arrangements with the Contracting Office to be vouched on the base. It is your responsibility to confirm that someone will be available to vouch you onto the base. Subcontractors must request access through the prime contractor. Also, the Real ID Act goes fully into effect at KAFB on 07 May 2025; if an individual does not have a Real ID Act compliant form of identification they will not be permitted to enter KAFB. An Amendment to this solicitation will be sent out with the final scheduled date/time for the site visit. All questions shall be submitted to the point of contacts listed below no later than 28 May 2022 09:00 hrs MDT to allow for a proper response time. The Primary Points of Contact (POC) for this requirement are Contract Specialist, SSgt Andrew Wiseman, email andrew.wiseman.2@us.af.mil and Contracting Officer, MSgt Kelly McGrath, email kelly.mcgrath.1@us.af.mil. List of Attachments: - Attachment 1, BCMS PWS_02Apr2025 - Attachment 2, PWS Attch 1_DoDi5200.48_DAFI16-1403_DAFGM2024-01 - Attachment 3, PWS Attch 2_CUI Docs Receipt -Attachment 4, WD No. 2015-5443 Rev No. 24_Bernalillo, NM -Attachment 5, FY25 QASP BCMS -Attachment 6, Combined Synopsis/Solicitation & Provisions The Government reserves the right to not award a contract in response to this RFP. Prior to commencement of any services associated with performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established. The Government is not liable to reimburse the contractor for any or all costs associated with developing/providing a proposal for this RFP.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0742154b3ce349e8a85a0cb5e375b231/view)
 
Place of Performance
Address: Kirtland Air Force Base, New Mexico, Albuquerque, NM 87185, USA
Zip Code: 87185
Country: USA
 
Record
SN07439120-F 20250514/250512230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.