Base Operations Support Services – Air Education Training Command Enterprise Solution
ID: FA300224AETCBOSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3002 338 ESS CCJBSA RANDOLPH, TX, 78150-4300, USA

NAICS

Facilities Support Services (561210)
Timeline
    Description

    The Department of Defense, specifically the Air Education and Training Command (AETC), is seeking industry feedback on the updated Performance Work Statement (PWS) for Base Operations Support Services. This procurement aims to establish a Multiple Award Contract (MAC) for comprehensive base operations and mission support services, which include maintenance, resource management, logistics, and emergency management, all without direct government supervision. The initiative is crucial for streamlining military operations and ensuring that all services meet the performance expectations mandated by the U.S. Department of Defense. Interested parties are encouraged to submit their comments and suggestions regarding the draft PWS by 1200 CST on January 24, 2025, to the primary contacts, Paul Lewis at paul.lewis.16@us.af.mil and Donna Sims at donna.sims.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Education Training Command (AETC) is soliciting industry input for its Base Operations Support (BOS) Services – Enterprise Solution, following a Request for Information (RFI) issued on April 11, 2024. This survey aims to assess the feasibility of implementing a multiple award contract for various BOS services across AETC. Participants are asked to prioritize 21 specific service areas critical to base operations, recommend evaluation methodologies for technical proposals, and suggest performance indicators for evaluating past contractor performance. Key topics include identifying important service areas for operational support, establishing criteria for technical evaluations, and determining the recency period for past performance assessments. Additionally, participants are encouraged to share their experiences with prior BOS source selections and indicate their company’s capability to perform services either directly or through subcontracting. Overall, the document serves as a market research tool to gather insights from industry stakeholders, which will help the government refine its evaluation and selection processes for future contracts. Importantly, it clarifies that this survey does not constitute a solicitation for proposals nor a commitment to future contracting actions. All responses will be at the respondent's expense, with no obligation for payment by the government.
    The AETC Base Operations Support (BOS) Industry Day, scheduled for August 28-29, 2024, aims to gather market insights for the FA300224AETCBOS RFI, associated with establishing the Air Education Training Command's first strategically sourced Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for BOS services, with an estimated value of $4 billion over 10 years. The initiative is part of efforts to enhance operational capabilities amid rising global competition, consolidating five existing contracts to streamline future acquisitions. The industry day will include an informational session and opportunities for one-on-one discussions with government representatives, focusing on contractor capabilities across multiple service areas, risk assessments, and technological innovations. Interested vendors must register by August 23, 2024, and can explore opportunities for innovation in BOS services. Participation in the Industry Day is primarily for market research; no proposals are currently solicited, and no costs incurred by respondents will be reimbursed. Vendors should monitor announcements for potential future RFPs related to this requirement.
    The Air Education Training Command (AETC) is hosting an Industry Day aimed at exploring contractor capabilities for Base Operations Support (BOS). Scheduled for August 28-29, 2024, the event includes presentations on contract details, program requirements, and opportunities for industry-government collaboration. This informative session is intended as market research, focusing on innovative solutions and contractor capacity across multiple service areas relevant to AETC's needs. The upcoming contracts, with an estimated value of $4 billion, will be issued under an Indefinite Delivery Indefinite Quantity (IDIQ) vehicle supporting various AETC bases. The one-on-one sessions will allow for more personalized discussions between government officials and interested vendors. Participants are encouraged to submit questions beforehand, fostering dialogue on risk management, technological advancements, and potential future opportunities. The primary purpose of this Industry Day is to facilitate open discussions and gather insights from industry partners, while making clear that no contracts or proposals are being solicited at this stage. This engagement is crucial for aligning government needs with innovative industry solutions as AETC prepares for future contractual engagements.
    The document outlines the preliminary questions and answers regarding the Air Education Training Command (AETC) Base Operations Support (BOS) Services multi-award contract (MAC) information. The primary focus is on the government's strategy for selecting qualified firms to provide these services across AETC installations. Key components discussed include the evaluation process, anticipated timeline for draft and final solicitations, subcontracting goals with AbilityOne, and task order allocations tailored to individual base needs rather than bundled service contracts. The government emphasizes a best value approach rather than lowest price technically acceptable (LPTA), and is seeking innovative ideas that improve efficiency. It remains open to vendor discussions and is collaborating with the Air Force Installation and Mission Support Center for integration lessons. Overall, the document demonstrates the government's commitment to transparent vendor engagement in the upcoming AETC BOS MAC acquisition while clarifying the scope and structure of this program for potential bidders.
    The document titled "Industry Feedback Worksheet for DRAFT AETC BOS PWS" serves as a feedback tool for vendors engaged with the U.S. government in the context of a draft Performance Work Statement (PWS) related to the Air Education and Training Command (AETC). It collects essential vendor information, including name, contact details, and business status, while allowing vendors to submit questions or suggestions regarding specific sections or paragraphs of the draft. Each comment made by the vendors is associated with a comment type, categorized as either a question or a suggestion. The worksheet's structured format encourages organized and constructive feedback, which is vital for refining the draft and improving the overall solicitation process. By obtaining industrial perspective, the document aims to enhance clarity and feasibility in the RFP, ultimately contributing to effective collaboration between the government and vendors. This process reflects the government's commitment to engaging stakeholders in the procurement process, ensuring that all voices are heard and considered during the development of contractual frameworks.
    The document outlines the Performance Work Statement (PWS) for the Air Education and Training Command (AETC) Base Operations Support (BOS), establishing a Multiple Award Contract (MAC). It delineates the background and objectives necessitating comprehensive base operations and mission support services without direct government supervision. Key areas of service include maintenance, resource management, logistics, emergency management, and various support functions essential for military operations. The contract spans a potential period of ten years, managing multiple task orders based on specific site requirements. The contractor is responsible for staffing, training, quality management, and adhering to safety and environmental regulations. Furthermore, it stipulates the contractor's duty to report performance, security clearance protocols, contractor management reporting, and transition procedures. Overall, the document emphasizes a collaborative partnership between the contractor and government, focusing on effectiveness, innovation, and compliance with applicable laws and standards. This initiative is critical in streamlining base operations and ensuring all services meet credibility and performance expectations mandated by the U.S. Department of Defense.
    The document pertains to an "Industry Day" event focused on Flight Operations Support (FOS) at Vance Air Force Base (AFB). It includes a template for individuals representing companies to register their participation interest, specifically indicating whether they are looking to engage as a prime contractor or a subcontractor. Participants are required to provide personal details such as their name, job title, contact information, and their company's interest status. This event is likely aimed at fostering collaboration between the government and private sector entities, facilitating the exchange of information regarding potential contracts and support roles in flight operations at Vance AFB. Such industry days are common in the context of government RFPs and grants, serving as a platform to inform and attract potential bidders for upcoming projects while ensuring that the needs of the government are met through competitive and capable vendors.
    Similar Opportunities
    Aerospace & Defense Master of Business Program, IAW PWS dated 21 November 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to establish a 48-month Indefinite Delivery Contract (IDC) for an Aerospace & Defense Master of Business Program, as outlined in the Performance Work Statement (PWS) dated November 21, 2025. The contractor will provide workforce development and training materials, courses, and degree programs to support the Warner Robins Air Logistics Complex (WR-ALC) at Robins Air Force Base, Georgia. This initiative is crucial for enhancing the skills and capabilities of personnel involved in aerospace and defense operations. Interested parties should note that quotes are due by December 19, 2025, with an anticipated award date of January 1, 2026. For further inquiries, contact Curtis Green at curtis.green.9@us.af.mil or Jeff Pruitt at jeffery.pruitt.1@us.af.mil.
    Aerospace Readiness Enterprise System (ARES)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Aerospace Readiness Enterprise System (ARES), a next-generation enterprise solution aimed at modernizing aircrew scheduling, standardization and evaluation (stan/eval), and training management. The ARES initiative seeks to replace outdated systems such as Patriot Excalibur (PEX), Puckboard, and Graduate/Training Integration Management System (G/TIMS) by providing a unified, cloud-based platform that enhances operational readiness and efficiency across various Air Force commands. The selected prototype must be developed within 90 days of contract award, with a total funding amount of $500,000, and will be evaluated based on its ability to meet specified functional and non-functional requirements. Interested parties can direct inquiries to Lauren Cheslofska or Leonardo Dominguez via their provided email addresses, with questions accepted until December 19, 2025.
    AFLCMC Cloud Productivity Suite Pilot CSO
    Dept Of Defense
    The Department of the Air Force, through the Air Force Life Cycle Management Center (AFLCMC), is seeking white papers for its Cloud Productivity Suite Pilot (CPSP) Commercial Solutions Opening (CSO). This initiative aims to identify innovative commercial solutions for an integrated productivity suite, cloud tenant, and operating system tailored for the Department of the Air Force's IT enterprise, focusing on secure collaborative platforms, IL5 accreditation, and Zero Trust security. The selected solutions will enhance the operational capabilities of Air Force personnel by ensuring access to reliable and efficient IT tools, with individual contracts expected to range from $500,000 to $4,000,000 over a period of 1-5 years. Interested vendors should submit their proposals by following the detailed instructions provided in the attached documents, and can reach out to primary contact Mason R Worsham at mason.worsham.1@us.af.mil for further inquiries. The CSO is open for submissions until November 2026.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Dept Of Defense
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    RTWS Termination- A3A, IAS, & amp; SEF Staff Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking support services for the RTWS Termination project, which involves technical, logistical, and operational assistance for airfields, special use airspace, and ranges managed by the Headquarters Air Combat Command (HQ ACC). The procurement aims to enhance the capabilities of various divisions within HQ ACC, including the Airspace, Ranges, and Airfield Operations Division (A3A), the Resources and Budget Division (A3R), and the International Affairs Security Cooperation (IAS), which collectively support airfield operations, financial guidance, and foreign military sales. This opportunity is crucial for maintaining operational readiness and safety for the 1,100 aircraft under HQ ACC's purview. Interested parties can reach out to Desiree Logan at desiree.logan@us.af.mil or Edward Smith at edward.smith.65@us.af.mil for further information.
    Professional Master's of Manufacturing Leadership Program, IAW PWS dated 07 August 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide a Professional Master's of Manufacturing Leadership Program in support of Robins Air Force Base in Georgia. The procurement encompasses all necessary personnel, equipment, supplies, and services required for training courses, certificate programs, and degree offerings, including graduation materials. This initiative is crucial for enhancing workforce development and management training within the Air Force, with a contract period spanning from January 1, 2026, to December 31, 2030. Interested parties should submit their quotes by December 19, 2025, and can contact Curtis Green at curtis.green.9@us.af.mil or 478-222-3733 for further information.
    Synopsis - Materiel Management Operations
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for Materiel Management Operations (MMO) services at Edwards Air Force Base in California. The contract will require the selected contractor to provide comprehensive management, personnel, equipment, and services necessary for MMO functions, adhering to Performance-Based Service Acquisition principles and various regulatory compliance standards. This procurement is crucial for ensuring efficient logistics support and resource management at the base, with a solicitation expected to be posted by early January 2026. Interested parties can reach out to Amanda Tate at amanda.tate@us.af.mil or Norman Mackie at norman.mackie.1@us.af.mil for further information.
    Master of Business in Professional Leadership Program, IAW PWS dated 30 July 2025
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide a Master of Business in Professional Leadership Program and related services for the Warner Robins Air Logistics Complex (WR-ALC) at Robins Air Force Base, Georgia. The contractor will be responsible for delivering all necessary personnel, equipment, supplies, and non-personal services to facilitate courses, certificates, and intern housing, including the Fundamentals of Business Aviation Certificate Program and housing for interns participating in the summer internship program. This procurement is crucial for enhancing the professional development of personnel at WR-ALC and is structured as a sole source contract with a 24-month duration. Interested parties can contact Curtis Green at curtis.green.9@us.af.mil or 478-222-3733 for further details, with the anticipated award date set for January 1, 2026.
    Propeller AeroPoint Ground Control Point Targets
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses from small businesses regarding the procurement of a brand name Annual Propeller AeroPoint Software as a Service Subscription for the Department of Geography and Environmental Engineering at the United States Military Academy in West Point, New York. This sources sought notice aims to gather information to determine if there are at least two qualified small businesses that can meet the requirement, which is crucial for potential set-aside opportunities. The government encourages participation from small businesses across various socioeconomic categories and emphasizes the importance of identifying capabilities at a fair market price. Interested parties must submit their responses by December 16, 2025, at 12:00 PM EST to Dennis Cook at dennis.j.cook8.civ@army.mil, including relevant details such as firm information, past experience, and recommendations for structuring the contract requirements.
    ACO-P Cyber School course
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ACO-P Cyber School course at Fort Gordon, Georgia, aimed at providing instructional support services for the U.S. Army Cyber School. This contract, designated as W9124926RA003, seeks Women-Owned Small Businesses (WOSB) to deliver Advanced Cyber Operations-Procedures (ACO-P) Labor, with a base period from February 16, 2026, to February 15, 2027, and two additional one-year option periods. The services are critical for enhancing the training capabilities of 17-series personnel in the cyber career field, ensuring they are equipped to address evolving cyber threats. Interested parties must submit their proposals to Mr. Joseph Guss by email by the closing date specified on SF 1449, with all proposals remaining valid for 180 days. For further inquiries, contact Mr. Guss at joseph.e.guss2.civ@army.mil or Ms. Tia Harris at tia.j.harris.civ@army.mil.