Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2026 SAM #8831
SOURCES SOUGHT

M -- Turkey-Spain (T-S) Base Operations Support (BOS) Acquisitions

Notice Date
1/28/2026 7:06:36 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA5641 764 ESS PK APO AE 09094-3187 USA
 
ZIP Code
09094-3187
 
Solicitation Number
FA564125RBOS2
 
Response Due
3/1/2026 3:00:00 AM
 
Archive Date
09/30/2026
 
Point of Contact
Mr. John McLaurin, Contracting Officer, Ms. Ina Hemmer, Contracting Officer
 
E-Mail Address
john.mclaurin.1@us.af.mil, christin.buck.de@us.af.mil
(john.mclaurin.1@us.af.mil, christin.buck.de@us.af.mil)
 
Description
USAFE BOS ACQUISITION PROGRAM Update to Industry 28 January 2026 SUBJECT: Industry Update #2 on the Turkey-Spain (T-S) Base Operations Support (BOS) Acquisitions 1. Purpose: This notice provides an update to the acquisition strategy for the T-S BOS requirements previously discussed in the industry update posted on 17 April 2025. This acquisition will replace contract FA5641-20-D-0009 referred to as the United States Air Forces in Europe - Air Forces Africa Base Operations Support (UABOS) Services Contract. The Air Force Acquisition team appreciates the valuable feedback received from industry during our one-on-one market research sessions. Your feedback has been instrumental in refining our approach and remains essential in shaping this future requirement as we move forward. 2. Acquisition Strategy Revision: A) Separation of T�rkiye and Spain BOS requirements: Based on extensive market research and analysis, the Government has determined it will contractually separate the current combined requirement. The revised strategy is to simultaneously issue two RFPs and award two independent contracts: Base Operating Support (BOS) services in T�rkiye (T-BOS) Base Operating Support (BOS) services at Mor�n Air Base, Spain (S-BOS) To the maximum extent practicable, the Government intends to use identical acquisition timelines, proposal instructions, evaluation criteria, and source selection methodologies for both solicitations. This parallel approach is specifically designed to reduce the administrative burden and proposal preparation costs for offerors who choose to compete for both contracts. While the acquisition structures will be aligned, the decision to separate the requirements allows the Government to tailor the specific contract terms and Performance Work Statements to the unique operational and economic dynamics of each location. B) Scope Reduction for T�rkiye BOS (T-BOS) Requirement Following extensive market research on the capability of local Turkish Service Providers and an assessment of local acquisition capabilities, the Government will remove the following five functions from the future T-BOS requirement: Full Food Services/Dining Hall Operations Custodial/Housekeeping Grounds Maintenance/Landscaping Golf Course Maintenance Refuse Services at the Ankara Support Facility The USAF intends to transition these capabilities from the current UABOS to a local service providers prior to the end of the current BOS contract. The 39th Air Base Wing at Incirlik Air Base has been designated requirement owner and the 39th Contracting Squadron is the responsible acquisition organization for these five discrete requirements. Interested parties in these specific requirements should contact the 39th Contracting SQ for additional information and should monitor SAM.gov for solicitations issued by the 39th Contracting Squadron. 3. Projected Acquisition Timelines: The following timeline is tentative and subject to change. All official dates will be published in the formal RFP announcements. Solicitation Issuance: 1 May 2026 Site Visits: Site visits for both the T�rkiye and Spain locations will be scheduled in close proximity to the RFP release date. The Government intends to conduct these visits on consecutive days to facilitate travel between locations, though the order of the visits has not yet been determined. Participation will be limited to a maximum of two representatives per company. Prospective offerors are advised that both locations have strict and lengthy entry approval requirements for foreign nationals. Once submitted, attendee information cannot be changed. Detailed instructions will be provided in the formal site visit announcement. Proposal Due Date: A minimum of 60 calendar days will be afforded for proposal submission. Contract Award: As soon as practicable in Calendar Year 2027. Full Performance Start: No later than 28 January 2028, preceded by a 60-day transition period. To ease the start-up burden, the Government reserves the right to stagger the full performance start dates for Spain and T�rkiye Contract Type and Duration: The Government currently envisions both the T-BOS and S-BOS contracts to be Indefinite Delivery, Indefinite Quantity (IDIQ) vehicles. The pricing structure will primarily consist of Firm-Fixed-Price (FFP) Contract Line Item Numbers (CLINs) for the core BOS functions, supplemented by Cost-Reimbursable CLINs for materials, travel, unscheduled work, mission changes, and other direct costs, and future labor adjustments. S-BOS (Spain) contract: Three-year base with four 12-month Options (7 years) T-BOS (T�rkiye) contract: Due to the unique economic risks associated with labor and currency volatility, the Government anticipates a contract with a three-year base and two 12-month Options (5 years). 4. Union Labor Agreements: Collective Labor Agreements: The efforts require any prospective provider manage their local national workforce IAW Host Nation labor law, social security, employment tax laws and the terms and adhere to the conditions of the Collective Labor Agreements (CLA) for T�rkiye and Spain, including all available wage and benefit schedules: For the T�rkiye (T-BOS) requirement, the successor contractor is required by CLA to initially assume predecessor�s workforce. The U.S. Government (USAFE-AFAFRICA/A1K) reserves the right to negotiate the CLA directly on behalf of the contractor. If this right is exercised, the contractor will provide all necessary administrative support to the U.S. Government during the CLA negotiations. For the Spain (S-BOS) requirement, the successor contractor is required to initially assume the predecessor�s workforce. The contractor is responsible for negotiating its own company-level agreement with the union. This negotiation is economically influenced by minimum wage legislation and applicable CLAs that are declared universally applicable in the sector or region. The Government's reserves the right to provide oversight, guidance, and as needed maximum financial bargaining parameters Key Spain Considerations: Offerors are advised that the Mor�n Air Base workforce is subject to a company-level Collective Labor Agreement (CLA). While this agreement is currently being renegotiated, the Government will provide the final, binding version with the RFP. Based on the current historical agreements, offerors should anticipate the following critical cost drivers: Mandatory Workforce Inheritance: The successor contractor is required to inherit the incumbent workforce and all their existing employment terms, including seniority and salary. Fixed Wage Increases: The agreement dictates mandatory wage increases. For the prior three years, employees were granted increases of 3.00% (2022), 3.00% (2023), and 2.75% (2024). The current CLA applicable to Spain is under renegotiation and will be provided when available. Employer Provided To/From work transportation: The CLA requires the employer to provide transportation to and from the worksite for all employees via established bus routes. Comprehensive Fringe Benefits: The CLA mandates a complex portfolio of supplemental payments that constitute a significant portion of the total labor cost. These include, but are not limited to, a mandatory employer-funded pension plan, longevity bonuses, a distance-from-work bonus, and shift differentials. Key T�rkiye Considerations: The T�rkiye workforce is subject to a unique, multi-employer CLA. The USG simultaneously negotiates three CLAs with similar conditions - one for each enterprise. The enterprises are 39ABW, AAFES, and the Primary Base Operating Support contract The successor BOS contractor will be required to adopt and adhere to the terms of this CLA. This agreement creates a ""dual risk"" environment of high local inflation and currency fluctuation. Critical cost drivers include Mandatory Workforce Inheritance: The successor contractor is required by Turkish Labor Law (Law No. 4857, Article 6) and the terms of the existing CLA (Article 37) to inherit the entire incumbent workforce and their associated rights, obligations, and seniority Automatic Cost Escalation (High Inflation Risk): The CLA mandates semiannual wage and benefit increases every April and October. These increases are tied directly to the T�rkiye-wide General Consumer Price Index published by the Statistics Agency of T�rkiye; which under the current contract, has resulted in annual cost growth exceeding 50%. Comprehensive Benefit Packages: The mandated percentage increases apply not only to base wages but to the entire compensation package, including annual bonuses, social benefits (e.g., heating, clothing, food allowances), and other subsidies (e.g., child, birth, and funeral) Employer Provided To/From work transportation: The CLA requires the employer to provide transportation to and from the worksite for all employees Currency Fluctuation Risk: The contract is priced and paid in U.S. Dollars (USD), but all Turkish Direct labor costs are incurred in Turkish Lira (TRY), creating significant financial risk due to the volatility of the exchange rate. 5. Hyper Inflation in T�rkiye and impact of Direct Labor Cost: The CLA in T�rkiye mandates compounding, semi-annual increases to wages and benefits, driven by an established ""betterment"" rate plus the national rate of inflation. Over the life of the current contract, the compounding effect of these increases, coupled with hyper-inflation, has resulted in a cumulative increase of more than 800 percent in the Turkish Lira-denominated cost of Turkish Direct Labor. It is critical to note that this 800% increase applies only to this specific portion of the contract's cost structure, not to the total contract price. This extreme and uncontrollable cost growth is the primary driver behind the Government's need to implement the new CLAC risk-mitigation clause. To address this significant and uncontrollable cost risk on the future Firm-Fixed-Price (FFP) contract, the Government has developed a unique EPA clause, currently designated as ""H-1, Combined Labor and Currency Clause"" (C-LAC), a draft of which is provided with this update. This clause is designed to fairly share risk and provide budget stability for both parties. The C-LAC mechanism operates by creating a single, integrated price adjustment every six months to correspond with the required semi-annual CLA wage and fringe benefit increases. The core of the clause is a �ledger"" system. The process is as follows: The formula first calculates the net financial impact of two opposing economic forces: the mandatory, CLA-driven labor inflation, and the savings from a strengthening USD Both POSITIVE credits to the Government and NEGATIVE costs are calculated semi-annually. The resulting balance of the Government-held CLAC ledger is then formally documented via a no-cost administrative modification to the contract. In the case of a semi-annual �positive credit� where currency savings are greater than labor inflation (a positive financial benefit to the provider), no funds would be obligated or deobligated. If the result is a NEGATIVE cost to the Government (i.e., labor inflation is greater than currency savings), the cost is first paid by subtracting any existing balance on the CLAC ledger. A subsequent task order modification to provide funding is executed against the task order only if the balance on the running ledger is depleted and there is a remaining shortfall. This refined ledger system ensures the contractor is protected from uncontrollable inflation while guaranteeing the Government receives the full benefit of favorable currency movements in a way that is administratively efficient and avoids problematic contractor reimbursement actions. The Government invites all prospective offerors to review the draft CLAC H-clause and provide feedback. We are particularly interested in your responses to the following questions: On the Turkish Labor Component (TLC): A key input to the CLAC formula is the ""Turkish Labor Component,"" or TLC. This is a single, fixed percentage that represents the portion of the contract's fixed price CLINs attributable only to Turkish National direct labor costs. To ensure a fair and level competition where all offerors use the same baseline, the Government's strategy is to mandate this TLC percentage in the final RFP, based on our market research indicating a realistic rate of approximately 55%. From your perspective, does this Government-mandated approach provide the predictability and clarity needed to develop a competitive proposal without adding unnecessary risk contingency? On Pre-Performance Currency Risk: The contract baseline for currency (the BCER) will be set at the start of performance in January 2028. We recognize this creates an 18-month gap of currency risk between proposal submission and the start of performance. How does your firm typically approach pricing for this specific type of pre-performance currency fluctuation risk on a FFP contract? 6. Accessing Draft Documents and Points of Contact: Documents Available for Review: To foster transparency and gather feedback, the Government is releasing a series of draft documents with this notice. These documents are considered Source Selection Information and access to them is controlled. The available documents include The draft H-1 Combined Labor and Currency Clause (C-LAC) The current Collective Labor Agreements for T�rkiye and for Moron Air Base including current wage and benefit schedules. Note that the current CLAs expire on 1 April 2026. The most current versions will be released with the RFP Draft Workload Estimates (Spain only) Informational Brochures on the Social Security Programs Base Maps for Moron AB and Incirlik AB Instructions for Accessing Controlled Documents: Interested parties must request access to these documents directly through the SAM.gov system. The process is as follows: Log in to your official SAM.gov account Navigate to this announcement page Locate the ""Attachments/Links"" section Click the ""Request Access"" button next to the listed documents You will be prompted to provide a brief justification for your request. Please state your company's name and your intent to review the documents as a potential prime or subcontractor for this requirement Approval Process: Once your request is submitted, the Government Contracting Officers will review it. Upon approval, you will receive an automated email notification from SAM.gov granting your account access to view and download the documents directly from the site. This system provides a secure and auditable record of all requests and approvals. The official points of contact for this acquisition are the Contracting Officers, Mr. John S. McLaurin, at john.mclaurin.1@us.af.mil, and Ms. Christin Buck, at christin.buck.de@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a1eefe74f9d24704b5aeba90dc05cef3/view)
 
Place of Performance
Address: TUR
Country: TUR
 
Record
SN07699899-F 20260130/260128230047 (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!  © 1994-2026, Loren Data Corp.