The Performance Work Statement (PWS) outlines requirements for Test Administrator and Computer/Technical Support Services at Joint Base Langley-Eustis, VA. The contractor must provide trained personnel to support educational programs for military and civilian personnel, covering tasks like administering various Air Force tests and ensuring compliance with testing regulations. Responsibilities include scheduling tests, facility preparation, maintaining testing integrity, and managing test materials while adhering to Department of Defense directives.
Additionally, the contractor must deliver computer and technical support, managing hardware and software systems, implementing network improvements, and ensuring information security. Essential qualifications for personnel include relevant technical degrees, experience, and specific certifications, with a focus on customer service.
The PWS details operational hours, holiday schedules, and personnel requirements, emphasizing effective communication and adherence to security protocols. There are clear performance metrics for evaluating contractor effectiveness, including quality control and regular reporting of operational data to the Education Services Officer. The document embodies the government's commitment to enhancing educational services for military personnel through structured oversight and compliance with federal regulations.
The document is a Sources Sought Notice issued by the 633d Contracting Squadron at Langley Air Force Base, aimed at gathering information from SBA 8(a) Business Development Program sources for the acquisition of Test Administrator and Computer Technical Support Services for the Joint Base Langley-Eustis Base Training and Education Center. This procurement will include a base period and four one-year options. Interested parties must be registered under NAICS 611710 and are invited to submit a capabilities package by 21 July 2025.
The notice emphasizes that it is not a formal Request for Proposal (RFP) but aims to assess if there are sufficient qualified 8(a) firms to undertake the requirement. Respondents should provide information on their experience, capabilities, and management of subcontractors, alongside details about their business status. The Government intends to use the responses for market research to formulate an acquisition strategy that will foster competition under the 8(a) Program and ensure fair market pricing. All submissions must adhere to the specified requirements and will be treated as Source Selection Sensitive Information.