PAN25565_W912CL26RA002
Apiay Base Operations Support Services
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION INSTALLATION CONTRACTING COMMAND > 410TH CSB > 0410 AQ HQ CONTRACT
Quick analysis
Presolicitation for full-and-open Base Operations Support (BOS) at Apiay Air Base, Colombia (Army/MICC 410th CSB). Scope is facilities/equipment maintenance, grounds, janitorial, admin/property, cargo movement, and billeting management. OCONUS with host-nation (Colombia) compliance, OPSEC, and personnel security clearance requirements.
Technical fit is limited because this is primarily facilities management (NAICS 561210). However, Trace lists base operations support within Field Services/Deployed Ops and has strong OCONUS experience with Army, providing a modest fit.
Risk and competitive posture are challenging (crowded BOS field; OCONUS staffing, bilingual documentation, and clearances at proposal). No vehicle barrier (full & open) and early stage (draft PWS) provide shaping/teaming runway.
Recommend Monitor to explore teaming with a BOS-experienced prime or strong Colombia local partner, assess staffing/clearance feasibility, and shape requirements before RFP release.
Scope summary
- Provide non-personal BOS services: facilities/equipment repair and maintenance, grounds, housekeeping/janitorial, admin support, property accountability, cargo movement, and billeting management.
- Develop and submit Quality Control Plan within 30 days of award.
- Preventive Maintenance schedule due 15 days post-award; maintain 90% on-time performance for PM/equipment maintenance.
- Maintain bilingual (English/Spanish) maintenance and contract records.
- Personnel security clearances active in JPAS at proposal; comply with DD254 and applicable FAR/DFARS security clauses.
- Drug-free workforce; annual (and for-cause) testing for TS-cleared staff; report positives within 24 hours.
- OPSEC SOP within 90 days; training and annual refreshers per AR 530-1.
- Comply with Colombian labor, social security, insurance, and vehicle registration/insurance laws; obtain and manage installation access/passes.
- Adhere to access/escort rules; adjust to FPCON restrictions; standard hours 0800–1700 M–F.
- CLIN structure includes FFP services, ODC/Travel NTE, CAP, DBA, and CMR reporting; ODC/CAP not for contractor vehicle costs.
Dimension scores
Scope is facilities-centric BOS (maintenance, janitorial, grounds, billeting) per draft PWS and notice. While facilities management is outside Trace’s core tech lanes per scoring guidance, the company profile lists base operations support within Field Services/Deployed Ops and strong OCONUS capability, yielding a limited but present fit.
Relevant OCONUS and Army experience (Global FSR Support – Army PEO C3N; USAFCENT Comms & IT; OCONUS logistics/base ops support capability noted). Not direct BOS facility management but adjacent and with same Department (Army), thus mid-tier relevance.
Full-and-open presolicitation on the GPE; not restricted to a vehicle. No prime vehicle advantage but also no access barrier.
BOS is typically dominated by BOS-focused primes (e.g., Vectrus/V2X, KBR, Amentum/PAE). No evidence of incumbent advantage for Trace, no Starshield/NSA TI discriminator required, and requirements are not in Trace’s primary differentiator lanes.
OCONUS execution in Colombia with host-nation labor/vehicle compliance, escort/FPCON constraints, bilingual documentation, and personnel security clearances required at proposal increase execution risk. Mitigated somewhat by Trace’s OCONUS footprint across CCMDs and Army experience, but staffing/clearance readiness remains a concern.
Potential to deepen SOUTHCOM/Army presence and strengthen Trace’s secondary NAICS 561210/base ops support lane. Early-stage draft affords shaping and teaming. Strategic if leveraged as sub/partner entry to BOS in SOUTHCOM; otherwise limited standalone synergy with core tech lanes.
No set-aside barrier. Security clearance and DD254 requirements align with Trace’s assumed TS/SCI FCL. Gaps include need for cleared/bilingual staff at proposal, Colombian labor/vehicle compliance, and OPSEC/QA artifacts. Addressable via teaming and targeted hiring but not trivial.
Concerns
- OCONUS staffing and retention in Colombia with bilingual capability and local labor compliance.
- Requirement for personnel clearances at proposal time could constrain candidate pool and schedule.
- Escort and FPCON restrictions may reduce productivity and schedule flexibility.
- BOS competition is mature and price-sensitive; potential margin compression.
- Limited internal past performance specifically in facilities/janitorial/billeting may weaken evaluation.
- Supply chain for maintenance parts/equipment in-country; ODC/CAP cannot cover contractor vehicle costs.
- Timeline to mobilize by July 2026 may be aggressive depending on staffing lead times and host-nation onboarding.
Teaming opportunities
- Prime/sub with established BOS facility management experience to strengthen technical depth and past performance.
- Local Colombian partner(s) for labor sourcing, compliance with labor/social security laws, and vehicle/registration processes.
- Spanish-speaking supervisory and QA staff; bilingual document control.
- Facilities trades (HVAC, electrical, plumbing, carpentry), custodial services management, and billeting operations.
- Security-cleared (some TS) personnel available at proposal and PoP start in Colombia.
- Logistics and supply chain partner for in-country parts/equipment procurement and maintenance.
- OPSEC/QA program managers familiar with Army standards and OCONUS operations.
Competitive position
- Leverage Trace’s OCONUS field services and base operations support capability with global CCMD presence, including SOUTHCOM.
- Army customer familiarity and track record operating in austere/OCONUS environments.
- Strong security posture (assumed TS/SCI FCL) to meet DD254 and cleared staffing requirements.
- Mature QA/PM processes to meet 90% AQL and preventive maintenance rigor; ability to produce bilingual documentation.
- Early engagement to shape PWS and propose practical FPCON/escort workarounds and realistic CLIN structures.
Bid/No bid factors
- Facilities-focused BOS scope is outside Trace’s core technical differentiators; competitive field dominated by BOS incumbents.
- Personnel security clearances required at proposal could be a gating factor for staffing.
- Escort/FPCON constraints and host-nation compliance increase execution risk and cost.
- ODC/CAP restrictions on vehicle costs may shift risk to contractor.
- Only partial PWS reviewed; full requirements and labor mix may include additional constraints not yet visible.
Documents
Download all
PWS Draft Apiay BOS for pre-sol.docx
Download
Partially reviewed: Too large
Partial extraction (sections 1 and 6 of 10) of the draft PWS for Base Operations Support at Forward Operating Site Apiay (Luis Gomez Niño Air Base) — review limited due to large file. The PWS defines a non-personal services contract (anticipated firm-fixed-price) providing facilities/equipment maintenance, grounds, housekeeping, administrative support, cargo movement, property accountability, and billeting management at Apiay, Colombia, with a 6‑month base (30 Jul 2026–29 Jan 2027) and four 12‑month options. It specifies quality control, OPSEC, personnel security/clearance and drug testing requirements, host‑nation vehicle/pass/insurance and labor-law compliance, deliverables (QCP, preventive maintenance schedule, records), AQLs, hours of operation, and FPCON/escort constraints.
- Place of Performance: Cooperative Security Location (CSL) co‑located on Apiay Air Base, Villavicencio, Colombia (explicit PoP).
- Scope: Non‑personal BOS tasks — repair & maintenance of facilities/equipment, grounds maintenance, housekeeping/janitorial, administrative support, property accountability, cargo movement, billeting management.
- Period of Performance: Base 30 July 2026 to 29 January 2027; Option 1–4 cover 30 Jan 2027–29 Jan 2031 (four 12‑month options).
- Contract Type: Government anticipates firm‑fixed price (stated in PWS).
- Quality & Deliverables: QCP due within 30 days of award; Preventive Maintenance schedule due 15 days after award (updated within 5 days of new equipment receipt); maintenance records must be available and bilingual (English/Spanish).
- Performance Standard: AQL 90% on‑time for preventive maintenance and equipment maintenance tasks.
- Security Requirements: Contractor personnel must have active personnel security clearance in JPAS at time of proposal and maintain required level for contract life; references DD Form 254 and FAR 52.204‑2 implications.
- Drug Testing: DFARS drug‑free workforce clause; contractor pays for drug testing; top‑secret cleared employees must be tested at least annually and on suspicion; positive results reported to KO/COR within 24 hours.
- Access & Force Protection: FPCON changes may restrict work (Charlie/Delta — only mission‑essential services continue); contractor personnel must be escorted by host‑nation security or designated COR designee when accessing U.S. facilities.
- Host‑Nation Compliance: Contractor must comply with Colombian labor laws (wages, social security, insurance), register/insure vehicles per Colombian law, and obtain passes/registration per installation directives; passes are government property and must be surrendered.
- Vehicle/Cost Limitation: ODC and CAP CLINs not to be used to reimburse contractor or employee vehicle parts/services; USG not responsible for contractor vehicle damage except when caused by USG personnel.
- Hours of Operation: Standard contractor business hours 0800–1700 Mon–Fri; workforce must be maintained for uninterrupted performance when facility is open.
- OPSEC: Contractor must develop OPSEC SOP within 90 days of award, including training and annual refreshers, complying with AR 530‑1.
- Documentation/Language: Maintenance records and other records must be in English or bilingual English/Spanish.
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 6638
Notice lineage:
- de7df5d322c740778dd0d0d4c8d6cc52 (posted 2026-03-30) - current
Last synced: 2026-03-31T11:19:49.977417+00:00
Last analyzed: 2026-03-30T23:43:47.123671+00:00
Latest package fingerprint: 2dc60770e08a55814a2010c9a175f6e08d59ecdf2a32207e60b391d933eca9dc
Latest package notice: de7df5d322c740778dd0d0d4c8d6cc52
Latest package documents: 1
Evidence limitations- PWS Draft Apiay BOS for pre-sol.docx: partially reviewed (too large)
- 2026-03-30T23:42:07.208939+00:00: de7df5d322c740778dd0d0d4c8d6cc52 with 1 docs
- 2026-03-30T18:40:55.681217+00:00: de7df5d322c740778dd0d0d4c8d6cc52 with 1 docs