Air Force Occupational Safety & Health (AFOSH) and Traffic Support Sources Sought
ID: FA940126Q0002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9401 377 MSG PKKIRTLAND AFB, NM, 87117-0001, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of the Air Force is seeking potential sources for advisory and assistance services related to Air Force Occupational Safety & Health (AFOSH) and Traffic Support at Kirtland Air Force Base in New Mexico. The objective of this procurement is to identify contractors capable of providing technical and analytical support for various safety activities, including the development of safety guidance, analysis of mishap data, and creation of safety education programs. This initiative is crucial for enhancing occupational, traffic, and outreach safety within the Air Force, ensuring compliance with federal and Air Force regulations. Interested businesses, particularly small businesses, are invited to submit statements of capabilities by December 31, 2025, with a focus on their ability to meet the Performance Work Statement (PWS) requirements. For further inquiries, respondents may contact My Cole Robinson or Winter Silva via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for advisory and assistance services to support the Department of the Air Force (DAF) Occupational Safety mission at Kirtland Air Force Base, New Mexico. The contractor will augment staff at the Air Force Safety Center (AFSEC/SEG) to provide technical and analytical support for occupational, traffic, and outreach safety activities. Key responsibilities include developing safety guidance, analyzing mishap data, creating safety education programs, and providing marketing and communication support. Contractor personnel must meet specific qualifications, including background investigations, relevant work experience, and, for at least one team member, a Bachelor of Science degree in a related field and Certified Safety Professional (CSP) certification. The PWS details various support areas such as occupational safety, industrial safety, aircraft maintenance safety, safety investigations, and marketing. It also specifies operational requirements, training, and compliance with federal and Air Force regulations.
    The document, "Building 917 Reference Photos," provides a detailed photographic inventory of the Aircrew Facility, identified as Building 917. The file systematically lists various areas within the building, starting from the exterior and progressing through different rooms and sections on the first and second floors. Key areas highlighted include multiple views of the entrance, the Communication Room, Linen Rooms, Storage, Laundry Room, and specific "Entrance Rooms" (examples 1 and 2). It also features the Suite Living Quarter, a hallway, a stairway, and the Gym & Kitchen on the second floor. This document appears to be a visual reference for facility assessment, planning, or a component of a larger government RFP or grant application related to facility maintenance, upgrades, or inventory. It serves to provide a clear visual record of the building's current state.
    The Department of the Air Force, 377th Air Base Wing, is seeking quotes for "Aircrew Facility Linens" at Kirtland AFB, New Mexico. This Request for Quotation (RFQ) is a 100% Service Disabled Veteran Owned Small Business set-aside, with NAICS code 812320. The solicitation, FA940126Q0002, requires laundry and dry cleaning services for the KAFB Visiting Aircrew Facility. Quotes are due by November 14, 2025, and questions by October 30, 2025. Offers will be evaluated based on technical plans demonstrating understanding of the Performance Work Statement (PWS) and price. Award will be made to the offeror representing the best value, considering technical acceptability and fair and reasonable pricing. The contract includes a base year and four option years, with a potential six-month extension, and funds are not presently available for award.
    The Department of the Air Force, 377th Air Base Wing, is seeking bids for Aircrew Facility Linens services at Kirtland AFB. This Request for Quotation (RFQ), FA940126Q0002, is a 100% Service Disabled Veteran Owned Small Business set-aside, with a NAICS code of 812320. The solicitation requires laundry and dry cleaning services for the Kirtland Air Force Base Visiting Aircrew Facility. Quotes are due by November 10, 2025, at 1:00 PM (MDT/MST) and must be valid for 90 days. Questions must be submitted by October 30, 2025, at 5:00 PM (MDT/MST). Award will be based on best value, considering technical plans and price, with a base year and four option years, plus a potential six-month extension. Offerors must submit a technical plan and pricing via email.
    The Department of the Air Force is seeking quotes for Aircrew Facility Linens services at Kirtland Air Force Base. This Request for Quotation (RFQ) is a 100% Service Disabled Veteran Owned Small Business set-aside under NAICS code 812320. The contractor will provide laundry and dry cleaning services for the Visiting Aircrew Facility. Quotes are due by November 10, 2025, and must include a technical plan (5-6 pages) demonstrating understanding of the Performance Work Statement (PWS) and a price proposal. Award will be based on best value, considering technical acceptability and a fair and reasonable price. The contract includes a base year and four option years, with a potential six-month extension.
    This Performance Work Statement (PWS) details the requirements for aircrew facility linen services at Building 917, Kirtland Air Force Base. The Contractor must provide all necessary resources to perform linen services according to contract, industry, and health standards. Key aspects include strict adherence to cleanliness, sanitation, and safety guidelines for soiled linen handling, including OSHA compliance and protective gear for employees. The document outlines precise procedures for inventory count, pick-up, packaging, and delivery, with specific instructions for special laundering tasks like draperies, mops, microfibers, and pillows. It also addresses handling unserviceable, repaired, re-washed, damaged, and lost articles. Transportation of linens requires strict separation of soiled and clean items, with vehicle sanitization protocols. Contaminated linens must be handled and washed at specific temperatures in dedicated facilities. The PWS lists federal holidays when services are not required and outlines procedures for base closures. Quality control, including a Contractor-developed Quality Control Plan (QCP) and Government quality assurance measures, is emphasized. Monthly reports on services, articles, costs, and lost items are required. The document also covers government-furnished emergency medical services, incident reporting, personnel security requirements, and the designation of these services as mission-essential during crises.
    The document FA9401-26-Q-0002 addresses questions and answers related to the Aircrew Facility Support services at Kirtland Air Force Base. Key points include clarification on linen processing requirements, confirming that alternative reasonable means are acceptable as long as the desired end result is met. The performance start date has been updated to 7 days after the contract award. This is a new requirement with no incumbent contractor. Reference photos of Building 917 are provided as an attachment to the amended solicitation. Kirtland AFB will provide three linen carts, though the contractor must initially provide their own until the government-owned carts arrive in late December. The estimated average laundry weight is 759 lbs per week, and linens are government-owned.
    This document, FA9401-26-Q-0002, dated October 31, 2025, details a new requirement for Aircrew Facility Support at Kirtland AFB. It addresses questions and answers regarding the solicitation. Key points include confirmation that this is a new requirement with no incumbent, and reference photos of building 917 are provided as an attachment. The contractor will initially need to provide their own linen carts until government-owned carts arrive by the end of December. The estimated average laundry weight is 985 lbs per load, with 40 loads per year, or 759 lbs per week. All linens are government-owned, and the contractor is not required to provide them.
    This government solicitation (FA940126Q0002) is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide laundry and dry cleaning services for the Kirtland Air Force Base Visiting Aircrew Facility in Albuquerque, New Mexico. The contract includes a base year (December 1, 2025, to November 30, 2026) and four one-year options, with an estimated total value of USD 8,000,000.00. Services involve managing personnel, equipment, and supplies for approximately 40,000 pounds of linens annually. The solicitation details invoicing via Wide Area WorkFlow (WAWF), outlines various FAR and DFARS clauses related to contract terms, ethics, cybersecurity, and labor standards, and specifies requirements for contractor access to Air Force installations and adherence to health and safety regulations. An ombudsman is available for concerns, and the acquisition is subject to the availability of fiscal year 2026 funding.
    This government solicitation (FA940126Q0002) is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide laundry and dry cleaning services for the Aircrew Facility at Kirtland Air Force Base (KAFB), New Mexico. The contract, with a maximum value of $8,000,000.00, includes a base year and four option years, each for 40,000 pounds of laundry services. Key requirements include comprehensive management, personnel, equipment, and transportation. The document outlines detailed clauses for electronic payment via Wide Area WorkFlow (WAWF), various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, and specific instructions for contractor access to the installation and health and safety protocols. It also addresses obligations in advance of fiscal year 2026 funding and includes contact information for contracting officers and an ombudsman.
    The document is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) for laundry and dry cleaning services at Kirtland Air Force Base's Visiting Aircrew Facility. The solicitation, FA940126Q0002, issued on November 21, 2025, with an offer due date of December 1, 2025, has an estimated total award amount of USD 8,000,000.00. The contract includes a base period and four option years, each for 40,000 pounds of laundry services. Key clauses cover electronic invoicing via Wide Area WorkFlow (WAWF), obligations in advance of fiscal year funding, and various FAR and DFARS provisions related to commercial products and services, including those for small businesses, labor standards, and environmental compliance. The document also specifies requirements for contractor access to Air Force installations and includes an ombudsman clause for dispute resolution.
    The Air Force's 377 MSG/PKA at Kirtland Air Force Base has issued a Sources Sought Notice for Air Force Occupational Safety & Health (AFOSH) and Traffic Support services. This is an initial planning step, not a solicitation, to identify potential sources capable of providing technical and analytical support for occupational, traffic, and outreach safety activities within AFSEC/SEG. The Air Force anticipates a competitive acquisition leading to a Firm-Fixed-Price contract, likely under NAICS code 541611 (Administrative Management and General Management Consulting Services) with a $24.5 million size standard. Interested businesses, particularly small businesses, are invited to submit electronic statements of capabilities (limited to 5 pages) by December 31, 2025, at 1600 MDT. Responses should include company details, CAGE code, contact information, business size, and address the company's ability to meet PWS tasks, comply with subcontracting limitations, and provide feedback on the Draft PWS. All responding contractors must be registered in SAM.gov.
    The document outlines wage determinations under the Service Contract Act, specifying minimum wage requirements based on the applicable Executive Orders for contracts in New Mexico, effective in 2025. It details wage rates for various occupations and stipulates additional benefits such as health and welfare provisions, vacation, holidays, and sick leave for workers covered under these contracts. The document also explains the conformance process for unlisted employee classifications to ensure compliance with wage standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    14459 - Anchor Points Follow-On
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal services for anchor points and fall protection at Hill Air Force Base in Utah. The procurement involves comprehensive inspections and recertifications of anchor points, rails, trolleys, and associated hardware, along with minor repairs during recertification, as outlined in the Performance Work Statement. These services are critical for ensuring safety and compliance with regulations at the U.S. Air Force's Ogden Air Logistics Complex and Utah Training & Test Range. Interested small businesses must contact Hugo Ruano Gutierrez or Lelauni Jenkins for further details, with proposals due in accordance with the solicitation timeline.
    Sources Sought - Maintenance Qualification Training Program (MQTP)
    Dept Of Defense
    The Department of Defense, specifically the Air Force 49th Maintenance Group and 49th Contracting Squadron, is seeking sources for the Maintenance Qualification Training Program (MQTP) services at Holloman Air Force Base, New Mexico. The procurement aims to provide comprehensive upgrade training for F-16 aircraft maintenance personnel, focusing on enhancing 5-level certification for both F-16 Crew Chiefs and F-16 Avionics Technicians through academic and hands-on instruction. This training is crucial for maintaining the operational readiness and technical proficiency of maintenance personnel, ensuring adherence to Air Force standards and regulations. Interested firms must submit capability statements, including relevant company information and experience, by January 5, 2026, with questions due by December 19, 2025. For further inquiries, contact SSgt Alex Coulombe at alex.coulombe@us.af.mil or Kitty Williams at katrina.williams.9@us.af.mil.
    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.
    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. This opportunity involves the procurement of qualification requirements and engineering data for various aircraft components, including spares and repair items, which are essential for maintaining operational readiness. The data provided is intended for planning purposes only and does not constitute an invitation for bids; vendors are encouraged to contact Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for further information. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 for additional details regarding the procurement process.
    TF SAFE/UFC
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is conducting a Sources Sought announcement to identify potential contractors for the Task Force Safety Assessments of Fire and Electricity/Unified Facilities Criteria Assessment (TF SAFE/UFC) in the CENTCOM Area of Responsibility (AOR), specifically in Kuwait. The procurement aims to acquire electrical assessment and repair services, focusing on low-voltage electrical systems and facility evaluations to mitigate life, health, and safety hazards, with services including inspections, testing, reporting, and training. This opportunity is crucial for ensuring compliance with Unified Facilities Criteria (UFC) and maintaining safety standards in military facilities. Interested parties are invited to submit a Statement of Capabilities by 10:00 AM ET on January 5, 2026, to the Contracting Officer, Peter Smith, at peter.s.smith@usace.army.mil, and Contract Specialist Stephanie Langhorne at stephanie.l.langhorne@usace.army.mil.
    Local National Occupational Health Care Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide Local National Occupational Health Care Services (LNOHCS) at the 52 Medical Group, Spangdahlem Air Base, Germany. The contractor will be responsible for delivering non-personal services, including personnel, equipment, and materials necessary for occupational health care and safety advisory services, as outlined in the Performance Work Statement. This procurement is crucial for maintaining the health and safety standards of personnel stationed overseas, ensuring compliance with federal and military regulations. Interested parties should note that the solicitation was issued on December 22, 2025, with responses due by January 22, 2026, and can contact Hermann Laub at hermann.laub.de@us.af.mil or Angie Pequeno at angelica.pequeno.1@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.
    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.
    Luke Air Force Base 2026 Air Show - Off-Base Traffic Barricades
    Dept Of Defense
    The Department of Defense, through the Air Force, is seeking a contractor to provide off-base traffic barricades for the 2026 Air Show at Luke Air Force Base in Arizona. The contractor will be responsible for developing and implementing a comprehensive Barrier/Traffic Control Plan, which includes directing visitors to designated parking areas and ensuring compliance with traffic control plans set by local authorities. This contract is a Total Small Business Set-Aside under NAICS Code 532490, with a size standard of $40 million, and the formal solicitation is expected to be posted within 7 days of this presolicitation notice. Interested parties can contact 2d Lt Jalen Johnson at jalen.johnson.17@us.af.mil or 623-856-2730 for further details.
    Technical Expertise and Support Services for FHWA Office of Safety - Industry Day Presentation Slides
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking technical expertise and support services for its Office of Safety, with an upcoming Request for Proposal (RFP) anticipated for release in Q2 2025. The primary objective is to enhance roadway safety through a comprehensive approach that includes technical support, professional capacity building, audience outreach, and operations support across various activities such as research, policy analysis, and training. This initiative reflects the federal commitment to improving transportation safety and aims to engage industry collaboration to address federal procurement requirements systematically, with an estimated contract value of $58 million. Interested vendors can reach out to Monique Snow-Manning at monique.snowmanning@dot.gov or Carolyn Lethert at carolyn.lethert@dot.gov for further information.