The 126 Air Refueling Wing intends to issue a Request for Proposals (RFP) to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to restore the functionality of multiple 126 ARW roof systems by addressing existing damage and wear. These repairs should increase the longevity of the roofing systems and aim to minimize future maintenance costs at Scott AFB, IL.
The contract duration will be 90 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% for Small Businesses. The North American Industry Classification System (NAICS) Code is 238160, with a small business size standard of $19,000,000. The magnitude of construction is between $250,000 and $500,000.
The tentative date for issuing the solicitation is on-or-about 23 July 2025. The tentative date for the pre-proposal conference is on-or-about 30 July 2025, 0800 local time, location to be provided in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the preproposal conference. All questions for the pre-bid conference must be submitted by 6 August 2025 via email to [email protected].
The solicitation closing date is tentatively planned for on-or-about 22 August 2025. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with the Source Selection Procedures described in FAR 15.3, DFARS 215.3, and AFARS 5115.3. Evaluation factors include Technical Capability, Past Performance and Price. The Government intends to award a contract without conducting discussions.
Interested offerors must be registered in the System for Award Management (SAM). To register go to www.SAM.gov. Instructions for registering are on the web page (there is no fee for registration).
The solicitation and associated information will be available only from the Contract Opportunities page at SAM.gov.
All inquiries must be in writing, preferably via email to the persons specified in the solicitation. All answers will be provided in writing via posting to SAM.gov. If you have any questions concerning this procurement you are encouraged to email your questions to [email protected].
Your attention is directed to FAR clause 52.219-14(e)(3) (DEVIATION 2021-O0008), LIMITATIONS ON SUBCONTRACTING, which states “By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 85 percent subcontract amount that cannot be exceeded”.
In accordance with FAR 36.211(b), the following information is provided:
DISCLAIMER: The official plans and specifications are located on the official Government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible for various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror’s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.