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 for the Technical and Management Advisory Services (TMAS) 3 contract, which will provide essential advisory and management support for U.S. Air Force operations. This procurement aims to enhance capabilities in research and development across various defense-related programs, with a focus on technical and management advisory services for military aerospace systems. The TMAS 3 initiative will involve multiple task orders awarded under GSA’s OASIS+ Small Business Multiple Award Contract, with a competitive evaluation process based on technical merit, past performance, and cost realism. Interested parties can reach out to Ronald Wilson at ronald.wilson.22@us.af.mil for further information, with key milestones leading to contract awards anticipated 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.
    The document outlines a series of questions and answers related to the TMAS 3 procurement process, which involves federal contracting for engineering support. Key topics include the structure of premium and standard rates, the allowance for companies to bid as prime contractors while also subcontracting, and specifics regarding onsite staffing requirements. The Government clarified that there will be no critical subcontractor designations, and that scoring criteria will be similar to TMAS 2, with no cross-teaming allowed. Several questions addressed evaluation criteria, such as the evaluation of past performance through Contractor Performance Assessments (CPARs) and proposals for work samples. Key clarifications include the focus on breadth of experience and the necessity for contractor self-scoring without a secondary evaluation phase. The discussion emphasized the importance of providing government-representative rates for cost realism assessments. In summary, the document serves as a guiding reference for potential bidders in the TMAS 3 project, detailing evaluation expectations and procedural clarifications as they prepare their bids according to federal guidelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    TMQ-53 CLS Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for Contractor Logistics Support (CLS) for the TMQ-53 Tactical Meteorological Observing Systems as part of the Expeditionary Meteorology (ExMet) program. This program aims to ensure the operational availability of the TMQ-53 systems at 96%, providing critical weather data for flight operations, combat missions, and emergency evacuations in various environments. Key requirements include 24/7 helpdesk support, timely provision of spare parts, comprehensive program management, and adherence to cybersecurity compliance, with detailed reporting on operational status and costs. Interested parties should contact Capt Christopher Thier at christopher.thier@us.af.mil for further information regarding this total small business set-aside opportunity.
    T400 Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Business (WOSB) concerns for the T400 Technical Services contract, which focuses on providing technical engineering support related to the Engine Component Improvement Program. The primary objective is to establish a reliable means for the USAF to access technical assistance on T400-related inquiries, including part numbers and equivalency of consumables, with a base performance period of 10 months starting January 15, 2026, and an optional 12-month extension thereafter. This Firm Fixed Price contract, with a Defense Priorities Allocation System (DPAS) Priority Rating of DO-A1, emphasizes compliance with various federal regulations and requires electronic invoicing through Wide Area WorkFlow (WAWF). Interested parties should contact Rachel Bradd at rachel.bradd@us.af.mil or call 937-656-0000 for further details.
    Transient Alert Services 1 Bridge 2 Modification
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Transient Alert Services 1 Bridge 2 Modification, which involves multiple award ID/IQ contracts aimed at providing essential support for aircraft not assigned to a base or those in transit. The primary objectives of this procurement include aircraft management control, processing, emergency response services for both in-flight and ground emergencies, and ensuring environmental compliance in accordance with Air Force Instructions. These services are critical for maintaining operational readiness across 44 mandatory bases and 11 optional bases within the Air Force. Interested parties can reach out to Alexis Strieker at alexis.strieker@us.af.mil or Jennifer L. Gasparich at jennifer.gasparich@us.af.mil for further details.
    F-16 MTT TSSC
    General Services Administration
    The General Services Administration (GSA) is seeking support services for the F-16 Mission Task Trainer Training Systems under a contract awarded due to unusual and compelling urgency. This procurement falls under the authority of 10 U.S.C 2304(c)(2) and FAR 6.302-2, indicating that the services are critical and cannot be procured through full and open competition. The awarded contract is intended to ensure the continued operational readiness and training capabilities associated with the F-16 aircraft. Interested parties can reach out to Rafael Q. Gumbs at rafael.gumbs@gsa.gov or by phone at 210-980-9651 for further details regarding this opportunity.
    TAPO Technical Support Services FMS
    Dept Of Defense
    The U.S. Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking technical support services under the TAPO initiative. The procurement aims to provide professional support in policy review and development, which is crucial for enhancing operational effectiveness and strategic planning within the command. This opportunity underscores the importance of specialized support services in maintaining the operational readiness and effectiveness of U.S. Special Operations forces. Interested parties can reach out to Aurelio Medina at aurelio.k.medina.civ@socom.mil for further details regarding the procurement process.
    V250 AND TMS KIT
    Dept Of Defense
    The Department of Defense, specifically the Army's Prototype Integration Facility (PIF) at Redstone Arsenal, is seeking contractors to provide a Torque Measurement System (TMS) Kit for the Variable-Geometry, Radial Outflow Compressor (VAROC) Air Dynamometer 250 and T408 aircraft engine. The procurement includes essential components such as TMS modules, spline adapters, plumbing, a calibration kit with weights, and electronics including a signal processor and Rotastat Control, all aimed at supporting Flexible Engine Diagnostics Systems (FEDS). This TMS is critical for evaluating the V250 Dynamometer's capabilities in testing the T408 engine, with deliverables that encompass special rotor considerations, identification of torque measurement equipment, and necessary documentation updates. Interested parties can reach out to Leighton Bragg at LEIGHTON.E.BRAGG.CIV@army.mil or Al Condino at al.j.condino.civ@army.mil for further details.
    EPASS Task Order Phasing Plan
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is announcing opportunities for Engineering, Professional, and Administrative Support Services (EPASS) under the Round 3 Fair Opportunity Competition (FOC). The procurement aims to acquire Advisory and Assistance Services (A&AS) for AFLCMC, HQ AFMC, and AFIT, with a strong emphasis on maximizing participation from small businesses, as the program is a 100% small business set-aside. Interested prime offerors must be part of the GSA OASIS+ Small Business IDIQ domain and adhere to the specified NAICS codes to be eligible for task order awards. For further inquiries, Emily Starkey can be contacted at emily.starkey@us.af.mil or by phone at 937-904-6388, while Rimma Shlahtechman is available at rimma.shlahtechman@us.af.mil or 937-255-3039. The program is actively seeking to streamline the process by discontinuing the requirement for contractors to recertify their small business size status at the task order level, with the latest updates communicated through the GSA eBuy platform.
    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.
    TAPO Technical Support Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is seeking technical support services under the title "TAPO Technical Support Services." The procurement aims to acquire professional support focused on policy review and development, which is critical for enhancing operational effectiveness within the command. This opportunity underscores the importance of specialized support services in maintaining and improving defense strategies and operations. Interested vendors can reach out to Aurelio Medina at aurelio.k.medina.civ@socom.mil for further details regarding the procurement process.