Inactive
SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
Notice ID:FA4690-26-R0003
**********AMENDMENTS 00002 & AMENDMENT 00003*************************************************************************************** Two Amendments are being issued simultaneously for subject solicitat...
**********AMENDMENTS 00002 & AMENDMENT 00003*************************************************************************************** Two Amendments are being issued simultaneously for subject solicitation and includes the following changes: • Provide government responses to recieved questions • Update attachment references in Instructions and Evaluations • Update Bid Schedule Attachement • Correct the Ordering Period Clause dates • Update the PWS with minor changes to remove Section 3.5, and remove requirement for Supervisory training Certificate. • Solcitation Extended through 7 Janurary 2026 ***************************************************************************************************************************************************** **********AMENDMENT 0001*************************************************************************************** The amendment to the subject solicitation includes the following changes: Period of Performance (POP) changes on CLINs within SF 1449: a. The POP for CLINs 0001, 0002, and 0003 will be corrected to January 25, 2026 – January 24, 2027. b. The POP for CLINs 1001, 1002, and 1003 will be corrected to January 25, 2027 – January 24, 2028. • Bid Schedule: a. The dates on the Bid Schedule will be updated to align with the corrected POP. ***************************************************************************************************************************************************** Solicitation Number: FA4690-26-R-0003 Agency: 28th Contracting Squadron, Ellsworth AFB, South Dakota Requirement: Air Force Financial Services Center (AFFSC) Support Services Travel-Pay Voucher Processing Solicitation Type: This solicitation is for a single-award, Indefinite Delivery, Indefinite Quantity (IDIQ) contract, consisting of a base year and one (1) option year. The Government will specify the required number of Full Time Equivalents (FTEs) each year, with a minimum of 30 FTEs and a maximum of 37 FTEs annually. Contract Type: Firm Fixed Price (FFP) Applicable Regulations: This solicitation utilizes the following: FAR Part 12 - Acquisition of Commercial Items FAR Part 15 - Contracting by Negotiations FAR Part 37 - Service Contracting Procedures Set-Aside: This is a 100% set-aside for Women-Owned Small Businesses (WOSB); to include WOSB and EDWOSB under North American Industry Classification System (NAICS) code 561110 with a size standard of $12.5 million. WOSB Eligibility: To be eligible to compete, offerors must either be certified by an SBA-approved Third-Party Certifier (TPC) or self-certify in accordance with current SBA regulations. Period of Performance: The base period of performance is from January 25, 2026 to January 24, 2027. The contract includes: One (1) base year One (1) one-year option period One (1) six-month extension option Evaluation Criteria: The award will be made using a Best Value, Trade-Off evaluation process, rather than the Lowest Price Technically Acceptable (LPTA) evaluation method. The Government intends to award one contract for travel-pay processing services as a result of this solicitation in accordance with FAR 15.101-1 and 15.3, using a Best Value, Trade-Off evaluation process. The evaluation will consider technical acceptability, past performance, and price. Offerors will be evaluated on their technical capability, past performance, and total evaluated price. A decision will be made based on the best value to the Government, considering both technical factors, past performance, and price. Proposal Submission Requirements: Interested and responsible WOSB entities are encouraged to submit a proposal. Proposals must include the following: Completed Standard Form 1449 (see Attachment 6 and Attachment 8) Completed Past Performance Questionnaire (see Attachment 3) Completed Bid Schedule (see Attachment 5) System for Award Management (SAM): Offerors must be registered in SAM at https://www.sam.gov and have a valid CAGE code to be eligible for award. Attachments: Attachment 1 Performance Work Statement (PWS) Attachment 2 Past Performance Questionnaire Letter Attachment 3 Past Performance Questionnaire Attachment 4 Wage Determination Attachment 5 Bid Schedule Attachment 6 Standard Form 30 Amendment Attachment 7 Questions and Answers from Pre-Solicitation Attachment 8 Conformed SF 1449 with amendment Questions and Answers: All questions regarding this solicitation and attachments are due no later than December 26, 2025, at 4:00 PM MST. Submit questions in writing via email to the addresses listed below. Answers will be provided as an addendum to the solicitation. Proposal Due Date: Proposals and completed past performance questionnaires are due no later than January 7, 2026, at 4:00 PM MST.