RFI- Re-Acq Buckley Community Readiness Assistant FY25
ID: RFI15JULY25Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2543 460 CONSBUCKLEY AFB, CO, 80011-9572, USA

NAICS

Office Administrative Services (561110)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified small businesses regarding the Buckley Community Readiness Assistant requirement for fiscal year 2025. This opportunity involves providing non-personal administrative support services, including data entry and customer assistance, at the U.S. Air Force Military & Family Readiness Center in Buckley Space Force Base, Colorado. The contractor will be responsible for tasks such as managing correspondence, maintaining records, and ensuring compliance with health and safety regulations, all while adhering to government security protocols. Interested parties should submit their capabilities statements and any relevant information to the primary contact, Dave Andrei Alvarico, at dave_andrei.alvarico.1@spaceforce.mil, or the secondary contact, Brandon Lewis, at brandon.lewis.56@spaceforce.mil, by the specified deadline.

    Files
    Title
    Posted
    The document outlines the Performance Work Statement for Transition Assistance Program data entry and administrative support services at the U.S. Air Force Military & Family Readiness Center (M&FRC) in Buckley SFB, Colorado. It specifies non-personal services required to facilitate TAP data entry and customer service roles, emphasizing the contractor's responsibility for providing qualified personnel proficient in Microsoft Office, grammar, and Air Force terminology. The contractor must be familiar with various administrative tasks, including managing and processing correspondence, maintaining records, and utilizing software for report generation. The document details contractor tasks including data entry, document preparation, customer assistance, and maintaining office organization. It highlights health and safety compliance, quality assurance measures, and guidelines for work hours and holidays. Contractors must adhere to security protocols, including background checks for personnel and maintaining confidentiality. Additionally, it emphasizes the importance of professionalism in employee appearance and conduct. Overall, the Performance Work Statement sets forth clear expectations for the services provided, ensuring effective support for military and family readiness initiatives while adhering to government regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Commercial Lodging BPA - Peterson SFB
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    Air Force Installation and Mission Support Center (AFIMSC) STREAMLINING PROCUREMENT FOR EFFECTIVE EXECUTION & DELIVERY (SPEED) Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Air Force Installation and Mission Support Center (AFIMSC), is seeking innovative commercial solutions under the Streamlining Procurement for Effective Execution and Delivery (SPEED) Commercial Solutions Opening (CSO). The primary objective is to acquire advanced technologies and services that enhance project outcomes, particularly in optimizing construction costs and schedules while integrating data-driven insights for improved project performance. This initiative emphasizes collaboration with a diverse range of entities, including non-traditional defense contractors, to address critical challenges faced by the Air Force. Interested parties should note that submissions for the first spiral of proposals are due by November 1, 2025, and can contact Brock Moon at brock.moon@us.af.mil or Nicholas Kimmey at nicholas.kimmey@us.af.mil for further information.
    AFSC Requirements Support Readiness Analysis (RSRA)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking support for the Readiness Analysis (RSRA) related to supply chain management at Wright Patterson AFB in Ohio. This task order modification aims to incorporate additional performance-based services necessary for Readiness Based Leveling (RBL) Materiel Management Review (MMR) stratification, D200 downstream system continuity, and reporting for the Office of the Secretary of Defense (OSD). The services are critical for enhancing the efficiency and effectiveness of supply chain operations within the Air Force, ensuring readiness and operational capability. The anticipated period of performance is 10 months, concluding on November 25, 2023, and interested parties can reach out to Mr. Herbert Duncan at herbert.duncan@us.af.mil for further information.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Dept Of Defense
    The Department of Defense is seeking non-personal lodging services within a ten-mile radius from Peterson Air Force Base in Colorado. This requirement is set-aside for Small Businesses (SB) only and aims to award multiple Blanket Purchase Agreements (BPAs) for commercial lodging services. The lodging services should be able to meet the requirements defined in the Statement of Work (SOW), including the ability to block off rooms for reservation within the approved GSA Per Diem Rates that are Tax Exempt. The awarded BPAs will have a five-year period of performance with a minimum order value of $1.00 up to a ceiling of $500,000.00. Contractors interested in this opportunity should submit a capability statement demonstrating their aptitude and capability to meet all the requirements. The capability statement should include the contractor's name, physical address, point of contact information, verification of SAM Registration and/or DUNs/Cage Numbers, and a small business identification and size capability statement. The awarded BPAs will incorporate all the terms and conditions defined in the solicitation. This opportunity will be open for five years to allow for additional contractors/companies to be considered for award of a BPA. Interested contractors should submit their capability statement to the Contract Specialist and Contracting Officer listed in the document.
    Requirements Projections On the Web (RPOW) FALL 2025
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Requirements Projections On the Web (RPOW) for Fall 2025, focusing on Air Force managed items, particularly spares and repairs. This opportunity involves obtaining qualification requirements and engineering data for various aircraft components, with a clear emphasis that the listed data is for planning purposes only and does not constitute an invitation for bids. The procurement process includes contacting Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for qualification requirements and engineering data requests, with vendors required to register on SAM.gov and submit a certified DD Form 2345. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil for further information.
    PKA Relocatable Facility
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update the current estimate for Contract Line Item Number (CLIN) 0007, along with providing revised specifications and drawings necessary for the construction of electronic and communications facilities. The project is critical for enhancing power independence at the mission control station, ensuring operational efficiency and reliability. Interested contractors should note that the proposal due date has been extended to January 6, 2026, at 1400 Central Time, and may contact Scott Dwyer or Brittany Gull for further information.
    Catholic Priest Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Catholic Priest Services at Space Base Delta 1 (SBD 1) in Colorado Springs, Colorado. The contractor will be responsible for presiding over Catholic liturgical activities, managing programs, and providing pastoral care for the Catholic community, as outlined in the Performance Work Statement (PWS). This opportunity is a total small business set-aside under NAICS code 813110, with a contract structure that includes a base year, four option years, and a six-month extension. Interested offerors must submit their quotations by January 31, 2026, and direct any inquiries to Nicole Harden at nicole.harden.1@spaceforce.mil or Samuel Souil at samuel.souil@spaceforce.mil.
    Salesforce follow on FOE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a follow-on contract related to Salesforce services, as indicated in the Justification notice. The procurement aims to continue the development and support of business application software as a service, which is critical for enhancing IT and telecom capabilities within the department. This opportunity is set to take place in Washington, DC, and is essential for maintaining operational efficiency and effectiveness in the Air Force's IT infrastructure. Interested parties can reach out to Capt Richard Snyder at richard.snyder.12@us.af.mil or Kelante Montgomery at kelante.montgomery@us.af.mil for further details regarding the Fair Opportunity Exception and any associated timelines.