Technical and Management Advisory Services (TMAS) 3 - Industry Days
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2489 AFTC PZZE EGLINEGLIN AFB, FL, 32542-6883, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Technical and Management Advisory Services (TMAS) 3, with a focus on enhancing U.S. Air Force operations through management and advisory support. This procurement aims to competitively award task orders under GSA’s OASIS+ Small Business contracts, emphasizing the development and evaluation of military aerospace systems across various locations, including Middleton, Florida. The TMAS 3 initiative is crucial for maintaining robust military capabilities and involves a structured evaluation process that prioritizes technical merit, financial stability, and past performance ratings. Interested parties can reach out to Ronald Wilson at ronald.wilson.22@us.af.mil for further information, with contracts expected to be awarded by July 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides a task order management framework (FA2486-20-F-1003) used to evaluate proposals for contracting services related to the TMAS 2 412TW. It includes a self-scoring matrix where offerors assess their capabilities across various criteria, such as task order management, technical support, DSS vulnerability ratings, and work sample CPAR ratings. Key evaluation metrics involve the number of personnel, positions filled, and the offeror's financial stability. Each criterion holds a weight factor that contributes to a maximum total score of 115,000 points. Offerors are expected to provide details such as personnel qualifications and past contract performance, showcasing their ability to meet operational demands. The structure emphasizes scoring transparency using defined weight factors, allowing for a standardized comparison of bids. This protocol underlines the importance of maintaining a competent workforce, effective management strategies, and adherence to security requirements in government contracting.
    The document pertains to the solicitation # FA2486-20-F-1001, outlining evaluation criteria for an offer related to cybersecurity engineering support, specifically under the TMAS 2 program. It provides a self-scoring matrix that potential offerors must complete, emphasizing categories such as the number of positions, technical capabilities, financial stability, and current DSS vulnerability ratings. Each category is assigned a weight factor and point value, enabling offerors to gauge their own qualifications based on specified criteria, including the successful transition of personnel, hiring capabilities, and past performance ratings (CPAR). The document's structure includes clear sections that itemize required information, reflecting the competitive nature of the request for proposal (RFP), aimed at ensuring that qualified contractors are selected to provide cybersecurity support for various defense-related programs. The overall goal is to enhance mission-critical operations by assessing and scoring potential offerors based on comprehensive evaluation metrics tailored for federal contracts.
    The document outlines the solicitation details for the federal contract FA2486-20-F-1002, focusing on criteria for evaluating offerors in a government Request for Proposal (RFP) process. Key areas assessed include the number of positions and locations supported, recent transitions of incumbent staff, and hiring of non-incumbent engineering personnel. Technical competencies are also evaluated, specifically in areas such as Test and Evaluation systems engineering support, Cybersecurity, and other ancillary services (A&AS). The document features a scoring matrix where points are allocated based on performance ratings from past projects (CPAR ratings), with notations for exceptional to unsatisfactory ratings impacting the overall evaluation score. Financial stability is another critical evaluation component, ensuring that offerors can sustain project costs for up to three months. This structured assessment aims to identify proposals that demonstrate the necessary expertise, resources, and past performance to effectively meet the government's requirements for technical support in the designated contract areas.
    The TMAS 2 AEDC Task Order, under Solicitation # FA2486-20-F-1004, is an amendment aimed at outlining the requirements for offerors participating in a government acquisition process. The document includes a self-scoring matrix where offerors must fill in specified values to assess their capabilities relevant to task order management and technical expertise. Key evaluation criteria encompass the number of positions available, geographical work locations, incumbent transitions, and personnel with necessary clearance levels. Offerors are evaluated based on their financial stability, technical support experience, and past performance ratings through the Contractor Performance Assessment Reporting System (CPAR). A comprehensive scoring system allows for a maximum total score, emphasizing careful scrutiny of their qualifications in support of Department of Defense (DoD) research, development, test, and evaluation (RDT&E) programs. This document serves as a crucial component for ensuring that federal entities can identify and select proficient contractors to meet their operational requirements effectively.
    The document outlines the evaluation criteria for the Technical and Management Advisory Services (TMAS) for the 412th Test Wing (TW). The selected contractor will receive two task orders, one for transition and another for service performance. The evaluation process includes a fair opportunity down selection, based on proposals evaluated against cost realism and the Highest Technically Rated Offeror (HTRO) with a Realistic and Reasonable Price (RRP). The methodology incorporates a self-scoring system for contractors, assessing qualifications through work samples demonstrating relevant experience and performance history. Factors for evaluation emphasize the Offeror’s experience in areas such as number of positions filled, incumbents transitioned, personnel clearances, and demonstrated performance on similar contract types. Cost proposals are reviewed for realism and reasonableness through a structured analysis. The document emphasizes the importance of substantiating self-scores and compliance with solicitation requirements, along with procedures to manage ties within evaluation scores. Ultimately, the award process favors proposals showcasing a blend of technical competency and competitive pricing while ensuring alignment with governmental standards and missions.
    The document outlines the evaluation criteria for awarding two task orders under the Technical and Management Advisory Services (TMAS) for the 96 Cyberspace Test Group (CTG). It describes a fair opportunity selection process that adheres to the General Services Administration's guidelines and Federal Acquisition Regulation. Proposals will be assessed through a self-scoring system based on prior performance and technical capabilities, with an emphasis on risk mitigation based on historical performance data. Tiebreakers are established to prioritize proposals effectively, focusing on metrics such as transitioned positions and contractor performance ratings. The evaluation is structured into two primary factors: technical rating and cost/price realism. Offerors must supply substantiating work samples and demonstrate adequate funding stability and qualified personnel with security clearances. The cost evaluation will involve a rigorous analysis of proposed costs against realistic standards and market rates. Offers assessed as unrealistic or unreasonably priced may be disqualified. This competitive bidding process aims to ensure that only proposals meeting stringent performance and pricing standards are granted task orders, prioritizing the government’s need for efficient and effective service delivery in cybersecurity and systems support.
    The document outlines the evaluation criteria for a Technical and Management Advisory Services (TMAS) Fair Opportunity Proposal (FOPR) for two task orders under the General Services Administration One Acquisition Solution for Integrated Services Small Business Multiple Award Contract. Award selection hinges on a fair opportunity down selection process that prioritizes the Highest Technically Rated Offeror (HTRO) with Realistic and Reasonable Pricing (RRP). Key factors in the proposal evaluation include the contractor's performance history, the number of transitioned positions within a stipulated period, and financial stability. Offerors must submit a maximum of five work samples to substantiate their self-scoring, with defined qualifications detailing acceptable contract types and performance ratings. If scores are tied, a series of tie-breakers related to incumbent position transitions, performance assessment scores, and personnel security clearances are employed. Each proposal undergoes rigorous cost realism analysis to ensure the pricing aligns with market standards and the contract’s complexity. Proposals deemed unrealistic may be eliminated from consideration. The evaluation process emphasizes the importance of demonstrated experience, sound financial capabilities, and adherence to the proposal requirements, ensuring the government selects a responsible contractor that meets mission needs effectively.
    The document FA2486-20-F-1004 outlines the evaluation criteria for a proposal request regarding Technical and Management Advisory Services for the AEDC under the GSA OASIS Small Business Multiple Award Contract. It specifies the award of two task orders, one for a fixed-price transition period and another for ongoing services. Selection will follow a fair opportunity process, emphasizing technical merit and realistic pricing. Proposals must display previous performance history in specific qualification criteria, with a self-scoring rating system to assess capabilities. Among other stipulations, the evaluation factors include contractor performance ratings, technical experience in defense contracting, and financial stability. The process involves a systematic ranking of proposals based on self-scores validated by the government. The success of the proposals relies heavily on substantiated claims regarding past performance, costs analysis, and compliance with security clearance requirements. The document serves as a guide for bidders to understand the contractor evaluation process, aiming to maximize the objectivity of the selection while ensuring that the awarded proposals substantially meet government needs and standards.
    The document lists various companies and organizations participating in industry days related to military installations such as Eglin AFB, Arnold AFB, and Edwards AFB. These gatherings aim to foster collaboration and information exchange between federal agencies and private sector firms, focusing on technology and service offerings relevant to defense and aerospace sectors. Companies range from established defense firms like Battelle Memorial Institute and KBR to smaller specialized firms like Exquadrum, Inc. and Bevilacqua Research Corporation. The document emphasizes the variety of expertise and services provided by these companies, which may include research and development, engineering solutions, and project management. The context of this document aligns with federal RFPs and grants, highlighting opportunities for partnerships and contracts within the defense industry. Overall, it underscores a collective effort to enhance defense capabilities through private sector collaboration.
    The Technical and Management Advisory Services (TMAS) 3 Industry Day, scheduled for February 2025, serves to inform stakeholders about upcoming opportunities related to management and advisory services for U.S. Air Force operations. The event will focus on the acquisition strategy, contract parameters, and mission briefings from relevant Air Force entities including the Test Center and Cyber Test Group. Key aspects include guidelines for submitting questions and feedback, which will be masked for anonymity when shared publicly. TMAS 3 aims to competitively award task orders under GSA’s OASIS+ SB contracts, providing professional support for developing and evaluating military aerospace systems across various locations. The strategy shifts from five to four competitive awards and emphasizes a higher self-scoring mechanism for vendors. The contract structure allows for a comprehensive scope of operational services alongside specific clauses tailored for Eglin AFB, necessitating prime contractors to perform at least 50% of task order costs. The timeline outlines key milestones leading to contracts awarded by July 2026, with market intelligence and requirements approval as initial steps in the process. This initiative reflects the federal government's commitment to maintaining robust military capabilities while engaging industry feedback for continuous improvement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Theater Battle Management Core Systems (TBMCS) 2.0 software development and sustainment support effort
    Buyer not available
    The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), is seeking qualified contractors to provide software development and sustainment support for the Theater Battle Management Core Systems (TBMCS) 2.0. The objective of this procurement is to enhance the TBMCS, which serves as a critical tool for air war planning, by developing, analyzing, integrating, and managing software applications that comply with modern software practices and cybersecurity standards. This initiative is vital for improving joint air warfare command and control capabilities, ensuring effective program management, and maintaining compliance with governmental directives. Interested parties must submit their capability statements and estimated pricing by March 17, 2025, to the designated contacts, Bryan D. Keys and Alicia Sims, at bryan.keys@usmc.mil and alicia.sims@usmc.mil, respectively.
    TETRAS Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract Recompete
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking responses for the TETRAS Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract Recompete. This procurement aims to engage qualified contractors in research and development services within the physical, engineering, and life sciences sectors, excluding nanotechnology and biotechnology. The services are crucial for advancing national defense capabilities through experimental development and military applications. Interested parties should reach out to Zachary Schultz at Zachary.Schultz.7@us.af.mil or call 850-882-0206, or contact Steven Fletcher at steven.fletcher.21@us.af.mil or 478-919-4560 for further details.
    EPASS Task Order Phasing Plan
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified small businesses to participate in the Engineering, Professional, and Administrative Support Services (EPASS) Round 3 Fair Opportunity Competition (FOC). The objective of this procurement is to acquire Advisory and Assistance Services (A&AS) for various Air Force initiatives, with a strong emphasis on maximizing opportunities for small businesses as part of the acquisition strategy. This program is critical for enhancing operational efficiency and supporting the development of defense and aerospace capabilities. Interested vendors must be part of the GSA OASIS+ Small Business IDIQ domain, with the current ordering period concluding on December 19, 2024. For further inquiries, potential offerors can contact Emily Starkey at emily.starkey@us.af.mil or Rimma Shlahtechman at rimma.shlahtechman@us.af.mil.
    MAAS Tire Refurbishment - Tyndall AFB
    Buyer not available
    The Department of Defense, through the 325th Contracting Squadron at Tyndall Air Force Base, is soliciting proposals for a Firm Fixed Price contract to procure 72 MAAS Trailer Tire Wheel Assemblies, as outlined in Solicitation Number FA481925Q0007. The contractor will be responsible for providing military tires (P/N: ML4C4), tubes, tire flaps, and a two-part polymer fill, along with refurbishing split steel wheels and ensuring compliance with industry standards for performance at highway speeds. This procurement is critical for the Mobile Aircraft Arresting System trailer as part of a mandated overhaul program, emphasizing the importance of timely delivery and adherence to Federal Acquisition Regulation (FAR) clauses. Interested small businesses must submit their electronic quotations by March 21, 2025, and ensure they are registered and active in SAM.gov. For further inquiries, contact A1C Nathaniel J. Cordova at nathaniel.cordova.1@us.af.mil or 850-283-8692, or Diana Alen at diana.alen@us.af.mil or 850-283-8641.
    A3OB Mission Assurance Assessment Team (MAAT)
    Buyer not available
    The Department of Defense, specifically the Air Force District of Washington, is seeking capable sources for the A3OB Mission Assurance Assessment Team (MAAT) program through a Sources Sought Notice. This initiative aims to identify businesses that can provide engineering services related to Critical Asset Risk Management and Mission Assurance, requiring qualified personnel with necessary security clearances and relevant experience. The assessments will follow a structured risk management process to enhance mission assurance capabilities across the Department of Defense, ensuring the protection of critical assets essential for strategic operations. Interested companies must submit their Capability Packages by March 12, 2025, and can direct inquiries to Mark Luckritz at mark.luckritz@us.af.mil.
    TLD America Technical Data & Provisioning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources to provide technical data and spares provisioning for flightline environmental units from TLD America, Inc. This initiative involves a Contractor Capability Survey aimed at identifying contractors capable of producing detailed Air Force Commercial Technical Manual documentation that meets U.S. Air Force standards, exceeding publicly available user manuals. Interested contractors, including small businesses, are encouraged to submit their qualifications, relevant experiences, and any teaming arrangements by March 20, 2025, to demonstrate their capabilities. For inquiries, interested parties may contact Robert Jackson at robert.jackson.62@us.af.mil or Kimberly Petty at kimberly.petty.2@us.af.mil.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Buyer not available
    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.
    Advisory Support & Technical Requirement Administration (ASTRA)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide Advisory and Assistance Services (A&AS) for the National Air and Space Intelligence Center (NASIC) at Wright-Patterson AFB, Ohio, under the Advisory Support & Technical Requirement Administration (ASTRA) initiative. The procurement aims to enhance technical and operational capabilities for U.S. intelligence production across various domains, including air, space, missiles, and cyberspace, with a focus on research and development planning, intelligence analysis, and systems engineering. This opportunity is significant for contractors with expertise in advanced technologies such as AI and data science, as the government anticipates a Multi-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract valued at approximately $480 million over five years. Interested parties must submit their capabilities documentation by December 4, 2024, and can contact Meredith Budding at meredith.budding@us.af.mil for further information.
    Theater Mission Planning Center (TMPC) FY26 Product Upgrades Delivery Order via Basic Ordering Agreement (BOA) N00019-21-G-0010
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is planning to award a sole-source Cost Plus Fixed Fee Contract to Peraton Technology Services, Inc. for the Theater Mission Planning Center (TMPC) FY26 Product Upgrades. This procurement aims to enhance systems engineering, software development, training, and sustainment for various TMPC subsystems, which are critical for military operations and have been supported by Peraton since 1990 across 189 global sites. The decision to sole-source is based on the necessity to maintain system effectiveness without delays that could arise from competition, and interested parties may express their capabilities in writing by March 22, 2025, to the designated contacts, Austin Gunther and Jacob Leitch, via their respective emails.
    Test, Teardown, and Evaluation (TT&E) Mazak VTC NC Vertical Turning Center
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals from qualified small businesses for a one-time Test, Teardown, and Evaluation (TT&E) of a Mazak VTC NC Vertical Turning Center. The contractor will be responsible for providing labor, tools, parts, and quality control necessary to assess the machine, which has known issues such as a leaking pallet changer and an E-stop function failure, and must deliver a detailed evaluation report within one business day. This procurement is crucial for maintaining operational efficiency and safety standards within the Air Force's equipment management. Proposals are due by March 11, 2025, with a preference for electronic submissions, and interested vendors should contact Shanita Manuel at shanita.manuel@us.af.mil for further information.