BLOCK PAGE!!!
Get Full Details

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Published May 12, 2025 at 8:00 PM

Updated May 13, 2025

This is a service / maintenance or supply contract in Eglin, Florida. Contact the soliciting agency for additional information.

28 Apr 25 - Administrative Update 1001 to PIEE Solicitation Module: Corrected Solicitation Response Date to 13 May 25. 23 Apr 2025: Amendment 0002 - Questions and Answers dated 23 Apr 2025 are hereby incorporated into the solicitation. Note that some previous responses have been revised. Attachment 26 Section L Instructions to Offerors dated 11 Apr 2025 is hereby incorporated into the solicitation and supersedes all previous versions. Attachment L-1 Management and Operations Scenario dated 14 Apr 2025 is hereby incorporated and supersedes all previous versions. Attachment L-4 Cost Model Prime dated 17 Apr 2025 is hereby incorporated and supersedes all previous versions. Attachment L-5 Cost Model Subcontractor dated 17 Apr 2025 is hereby incorporate and supersedes all previous versions. 7 Apr 2025: Amendment 0001 - Questions and Answers dated 7 Apr 25 have been incorporated into the solicitation. Amendment and Questions and Answers located in PIEE Solicitation Module. See link on Attachments Page. This is a Request for Proposal (RFP) for the Eglin Operations and Maintenance Service (EOMS) II acquisition for operations and maintenance (O-M) services to the Eglin Test and Training Complex (ETTC) at Eglin AFB, FL and associated test areas and facilities. Services to be performed include O-M of test and training areas, technical facilities, test and training mission support, engineering support for range system design, modification and range configuration, as well as various other range support services required to successfully accomplish range activities at the ETTC.The overall EOMS II contract will extend ten years if all options and Award Fee Terms are exercised. This contract will be a contract consisting of Cost-Plus-Award-Fee (CPAF), and Cost and Firm-Fixed-Priced (FFP) Contract Line Item Numbers (CLINs). The Government intends to award a single contract.Proposals are due by 3:00 p.m. Central Time on 13 May 2025 for all three volumes. Offerors providing less than 280 calendar days for Government acceptance after the proposal due date will not be considered and will be rejected.Proposals shall be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) No other proposal submission method is authorized (see Attachment 26, Section L Instructions to Offerors).The Government will use https://sam.gov/content/home for disseminating the acquisition documents. Potential offerors are responsible for monitoring this site for the release of any other announcementsAll contractors MUST be registered and active in the System for Award Management (SAM) in order to receive a contract award. Contractors can obtain further information on the SAM website at https://sam.gov/content/home. By submission of a proposal, the offeror certifies that neither they nor their teaming partners are subject to foreign-ownership or control. RESTRICTION ON PERFORMANCE BY NON-U.S. CITIZENS: Information and materials pursuant to or resulting from this effort may be restricted under the International Traffic in Arms Regulations, 22 C.F.R. Parts 120 130 or the Export Administration Regulations, 15 C.F.R. Parts 730 774. Non-U.S. citizens / companies may perform work under an unclassified award if they are designated a U.S. Person, as defined by 22 CFR Section 120.62 (lawful permanent resident) or obtain Department of State authorization for access to export-controlled information.The North American Industry Classification System (NAICS) code for this acquisition is 541330, Engineering Services, (exception 1, Military and Aerospace Equipment and Military Weapons). The Business Size Standard is $47,000,000. The Product Service Code (PSC) for this acquisition will be R425, Support Professional: Engineering/Technical Services. This requirement will be solicited under full and open competition. The Government will not reimburse any interested parties for monies spent to provide a response to this solicitation notice. Any questions to this notice must be submitted in writing or via email to the Contracting Officer at ronald.wilson.22@us.af.mil. All responsible sources may submit a proposal which shall be considered by the agency. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Proposals shall be valid for 280 days after submission of proposals. AFFARS 5352.201-9101, Ombudsman (October 2019)(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, AFTC/CV, l S Rosamond Blvd, Edwards AFB CA 93524 COMM: (661) 277-2810 aftc.workflow@us.af.milConcerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256- 2395, facsimile number (571) 256-2431.(d) The ombudsman has no authority to render a decision that binds the agency.(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting. The Method of Contractor Selection has not been determined at this Time.

Conceptual

Military

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
105
Active Projects
49
Bidding Soon
797
All Active Projects
0
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

November 13, 2025

Project location map

Multiple Locations, Eglin, FL

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.