30 FSS Education Center Facility Manager with IT Skills
ID: FA461025QVSFB_ECFACILITYMANAGERType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide Facility Management services with IT skills for the Education Center at Vandenberg Space Force Base in California. The selected contractor will be responsible for overseeing daily operations, event planning, IT and audiovisual support, classroom scheduling, and ensuring compliance with safety and maintenance standards, with a focus on supporting U.S. Air Force and Space Force education and training programs. This opportunity is a total small business set-aside, with a contract period anticipated to begin on July 1, 2025, and lasting for one year, with options for two additional years and a six-month extension. Interested parties must submit their quotations by 12:00 PM local time on May 16, 2025, and direct any inquiries to Contract Manager 1st Lt Andrew Gabel at andrew.gabel@spaceforce.mil or Contracting Officer Kristofer Clark at kristofer.clark@spaceforce.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for a Facility Manager to oversee the Vandenberg Education and Training Services Facility supporting U.S. Air Force and Space Force education and training programs. Key responsibilities include managing daily operations, event planning, IT and audiovisual support, classroom scheduling, and ensuring compliance with safety and maintenance standards. Candidates must have at least two years of experience in facility management, customer service, and technical support, with an understanding of military protocols and technology management. The work schedule includes 40 hours per week, aligning with military operational requirements. The document emphasizes adherence to military guidelines and the need for the manager to maintain facility quality and functionality, ensuring a productive training environment for users. The statement serves as a basis for contractor solicitation by detailing job expectations and qualifications necessary for effective facility management within a military context.
    The document is a Request for Quotation (RFQ) from the 30th Contracting Squadron at Vandenberg Space Force Base, outlining the solicitation for a Facility Manager with IT Support for a twelve-month period beginning July 2025. The RFQ specifies that the contractor must provide their company information, including pricing details and compliance with regulations including registration in the System for Award Management (SAM). The RFQ emphasizes that contractors cannot alter the document except to fill in necessary information and that extended prices must be divisible by unit prices and quantities. Furthermore, it includes crucial identification requirements for personnel requiring access to the Air Force installations, noting the importance of adhering to the REAL ID Act for unescorted access. The document underscores the mandatory nature of these regulations and the consequences of non-compliance, which may affect contract award eligibility. Overall, this RFQ functions as a formal invitation for vendors to submit their proposals for government contracting opportunities while clearly setting forth guidelines and requirements crucial for submission consideration.
    The document appears to be a fragmented transmission containing encoded data, likely related to multiple Request for Proposals (RFPs) or grant applications within federal, state, or local government contexts. The core focus seems to revolve around compliance, documentation necessities, and procedural outlines for prospective bidders or grant applicants. It emphasizes the need for adhering to regulatory standards and provides indications of various guidance documents that may be referenced during the proposal submission process. However, due to the corrupted nature of the file, explicit details regarding specific projects, funding amounts, or deadlines are obscured, limiting the comprehensive assessment of the proposals in question. Overall, the file serves a critical role in facilitating government transparency and procurement processes but significantly lacks clarity and coherence in its current form.
    The provided document is a protected PDF that cannot be accessed for content review. As a result, the main topic and key ideas cannot be identified or summarized. Without the ability to read the file, it is impossible to determine its relevance or context concerning federal government RFPs, grants, or state and local RFPs. For further analysis, an accessible version of the document is necessary to ensure accurate extraction of key points and pertinent information related to government opportunities and processes. Therefore, a comprehensive summary cannot be generated at this time.
    The document pertains to the solicitation for a Facility Manager under a federal contract, clarifying details about the incumbent contractor, Ladgov Corporation, and current employee Anthony Ramirez. This is not a new contract, and the government is satisfied with Ramirez's performance. The position requires one full-time employee to support an average of 20 facility users daily, with peak usage expected to reach 180 customers. There is no travel required for training, and a comprehensive reporting system is in place for equipment inventory and usage metrics. The Facility Manager will act as the primary contact for maintenance coordination, with an alternative civil servant also assigned. Lastly, the contractor is expected to adhere to 2028 working hours annually, notwithstanding federal holidays and vacation allowances. The document outlines essential operational expectations and requirements for potential bidders or interested parties, reinforcing the importance of understanding the contractual obligations and performance standards prior to submission.
    The solicitation document for the Facility Manager position under contract FA461025QVSFB indicates that this contract is not new, with Ladgov Corporation currently serving as the incumbent. The contractor's employee, Anthony Ramirez, has been performing satisfactorily. The role requires one full-time individual to manage facility activities, which include supporting an average of 7 activities and 20 employees, accommodating peak usage of up to 180 customers at once. Key operational expectations include using provided software (Smartsheet and NEXGEN IT) for scheduling and reporting, with no required travel. The Facility Manager is the primary contact for coordination, although there is a civil service alternate. While the contractor must work 40 hours per week with no guarantees for overtime, they are not obligated to provide after-hours coverage. Contractors can submit candidates without military background or prior scheduling experience, and must follow a 20-page limit for technical submissions without additional formatting requirements. Overall, the document provides detailed specifications for proposal submissions and highlights the government's expectations regarding service delivery and reporting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Amended: 20251210; Security Escorts at Vandenberg SFB, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a contract to provide security escorts at Vandenberg Space Force Base, California. This procurement requires contractors to supply TS/SCI cleared, unarmed security escorts to assist IT contractors from DH Technologies, Inc. in the installation of communication cabling and network components within a restricted area, specifically Building 10577 SCIF. The contract is a total small business set-aside, covering approximately 4,400 hours of service from January 1, 2026, to July 1, 2027, with proposals due by 11:00 AM Pacific Time on December 18, 2025. Interested parties should direct inquiries to Scott Yeaple at scott.yeaple@spaceforce.mil or Vince Mills at vincente.mills.2@spaceforce.mil, and must comply with various federal regulations and wage determinations as outlined in the solicitation documents.
    Education & Training Office Technology Support
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Education & Training Office Technology Support at Spangdahlem Air Base, Germany. This procurement seeks non-personal services to provide computer technology support for 60 computers utilized in U.S. Air Force voluntary off-duty education programs, which are critical for testing Service members for promotion exams and mandatory upgrade training. Interested contractors must demonstrate at least five years of relevant IT support experience and comply with various federal acquisition regulations, with responses due by January 5, 2026, at 1600 CEST. For further inquiries, interested parties can contact Philip T. at Philip.Miu.1@us.af.mil or Angie Pequeno at angelica.pequeno.1@us.af.mil.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    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.
    RFI: Foreign Military Sales – Space Systems Training Capability Assessment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to assess capabilities related to training for aircrew, maintenance, and support services in space systems under the Foreign Military Sales (FMS) program. The objective is to identify potential sources that can provide commercially available training courses tailored to the unique needs of international partners, enhancing their ability to utilize space systems effectively. This initiative is crucial for maintaining air superiority and executing diverse missions, as the U.S. Government and its allies increasingly rely on space capabilities. Interested vendors are encouraged to submit their capability statements and pricing information by January 27, 2026, and may direct inquiries to Joseph Crespo at joseph.crespo@us.af.mil or Joseph Wilkerson at joseph.wilkerson.10@us.af.mil.
    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.
    NMUSAF Custodial Contract
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center, is seeking proposals for custodial services at the National Museum of the United States Air Force (NMUSAF) located at Wright-Patterson Air Force Base in Ohio. The contract, which is a total small business set-aside under NAICS code 561720, requires comprehensive cleaning services, including daily facility maintenance, restroom upkeep, snow and ice removal, and window cleaning, with a base period from April 1, 2026, to March 31, 2027, followed by four option years and a potential six-month extension. This procurement is critical for maintaining the cleanliness and professional appearance of the museum, which serves as a significant historical and educational resource. Proposals must be submitted electronically by 4:00 PM Eastern on January 23, 2026, to the designated contacts, Ladaia Lumpkin and Alyssa Williams, with the subject line "Synopsitation FA8601-26-R-0001."
    SLD 30/SC SONET to DWDM Migration Part 2B
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the migration of circuits from a legacy Synchronous Optical Network (SONET) to a Dense Wavelength Division Multiplexing (DWDM) Optical Transport Network (OTN) at Vandenberg Space Force Base in California. The project requires the contractor to provide on-site support for ten months, migrating between 300 to 500 circuits, which includes responsibilities such as migration design, equipment installation, and testing, while adhering to security requirements and minimizing government involvement. This procurement is critical as it addresses the need to replace outdated SONET infrastructure with modern DWDM technology, ensuring operational efficiency and compliance with DoD mandates. Interested contractors must submit their quotes by December 31, 2025, and direct any questions to Paul Baraldi or Scott Yeaple via email by December 10, 2025.
    Custodial Service Starbase San Luis Obispo
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for custodial services at the STARBASE San Luis Obispo facility in California. The contract requires the contractor to provide all necessary personnel, equipment, supplies, and management to maintain cleanliness and safety standards in buildings 706 and 703, with services including routine cleaning three times a week and compliance with an annual cleaning schedule. This procurement is a total small business set-aside, with a solicitation number W912LA26QA100, and quotes are due by January 16, 2026, at 10:00 AM PST. Interested vendors should contact Thomas R. Lamont at thomas.r.lamont3.civ@army.mil for further details and to obtain the necessary attachments for submission.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.