SAF-SA Administrative Support
ID: RFI_FA7014_25_Admin_SupportType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7014 AIR FORCE DISTRICT OF WASHINGTON PKANDREWS AFB, MD, 20762-6604, USA

NAICS

Office Administrative Services (561110)

PSC

SUPPORT – ADMINISTRATIVE: PHYSICAL RECORDS MANAGEMENT SERVICES (R616)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking potential contractors to provide administrative support for the Air Force Studies and Analysis office (SAF/SA). This procurement aims to identify qualified small and diverse businesses capable of delivering clerical, administrative, and secretarial services, with a focus on contractors experienced in handling classified data and possessing the necessary security clearances. The anticipated contract will be structured as a Firm-Fixed Price model for an initial base year, with four additional option years, emphasizing stability and efficiency in service delivery. Interested parties must submit a five-page white paper detailing their capabilities by March 7, 2025, and are encouraged to communicate through formal written channels. For further inquiries, contact Katrice Corbett at katrice.corbett.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Draft Performance Work Statement (PWS) for SAF/SA Administration Support outlines requirements for administrative and analytical support roles within the Air Force's SAF/SA offices, focusing on enhancing decision-making related to strategy and modernization. The contract seeks motivated subject matter experts (SMEs) to perform various tasks, including clerical, administrative, and secretarial duties, with positions requiring at least five years of experience and a secret security clearance. The document details the scope of services, deliverables, and security requirements, mandating that all contractor personnel hold appropriate security clearances for access to sensitive information. It specifies the performance objectives for contractors, including timely deliverables and customer satisfaction metrics, while establishing a framework for oversight and performance monitoring by government officials. Additionally, the PWS covers logistical considerations such as the requirement for a kick-off meeting, a transition-out plan, and the provision of government-furnished equipment. The performance is intended to last 12 months with potential option periods. This PWS illustrates the government's structured approach to outsourcing support services while ensuring compliance with security standards and operational effectiveness.
    The Department of the Air Force is conducting a Sources Sought market research initiative to identify potential contractors capable of providing administration support for the Air Force Studies and Analysis office (SAF/SA). The solicitation, classified under NAICS Code 561100, aims to gather capabilities from small and diverse businesses, including those owned by women and veterans. Contractors are required to submit documentation demonstrating their expertise in clerical, administrative, and secretarial tasks, as well as their experience with classified data and security clearances. The anticipated contract will follow a Firm-Fixed Price model for a base year with four option years, promoting stability and efficiency. Interested parties must submit a five-page white paper by March 7, 2025, detailing their capabilities and previous similar projects. Communication is encouraged through formal written channels only. This RFI serves to gather insights and does not guarantee future contracts, while protecting the government's interests in market research before formal solicitation.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    SAF/CDM Commercial Solutions Opening
    Buyer not available
    The Department of Defense, through the Secretary of the Air Force Concepts Development and Management (SAF/CDM), is soliciting innovative commercial solutions via the Commercial Solutions Opening (CSO) FA7146-21-S-C001. This initiative aims to acquire cutting-edge technologies and services that address defense-related activities, with a focus on closing capability gaps and enhancing technological advancements. The CSO follows a two-step process requiring interested vendors to first submit a White Paper for preliminary evaluation, with the open period for submissions lasting until September 1, 2025, and the final proposal submission deadline set for September 30, 2025. For further inquiries, interested parties can contact Kevin T. Adams at kevin.adams.20@us.af.mil or by phone at (301) 203-4766.
    FRONT DESK ADMIN MINOT AFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force's 5th Contracting Squadron, is seeking proposals for Front Desk Data Entry Services at the Military Family & Readiness Center located at Minot Air Force Base. The contract requires the provision of 1,920 hours of administrative support services annually, starting from August 1, 2025, with an option for a four-year extension. These services are critical for maintaining operational efficiency and supporting military families, emphasizing the importance of technical capabilities and compliance with federal acquisition regulations in the proposal evaluation process. Interested small businesses must submit their proposals by March 7, 2025, and can contact A1C Lovely Womack at lovely.womack@us.af.mil or 701-723-6860 for further information.
    AFGSC Electronic Technical Order Client Device and Technical Library Sustainment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the sustainment of the AFGSC Electronic Technical Order Client Device and Technical Library. This procurement aims to provide support for ruggedized laptops and tablets used across multiple Air Force bases, ensuring reliable access to technical orders and maintenance data from March 28, 2025, to March 27, 2030. The services are critical for maintaining operational readiness and enhancing the efficacy of the Air Force Global Strike Command's support services. Interested small businesses must submit their proposals, which will be evaluated based on technical capabilities, past performance, and pricing, with a focus on compliance with federal regulations. For further inquiries, potential bidders can contact Capt Natalie Norlock at natalie.norlock@us.af.mil or by phone at 937-443-1575.
    CHEERS MAA Open Period 2 - All Technical Areas, 10 U.S.C. 4023 - Procurement for Experimental Purposes (ARA)
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL) and the United States Air Force School of Aerospace Medicine, issues an open solicitation for experimental purposes, governed by 10 U.S.C. 4023. This multi-step procurement process, referred to as Continuing Human Enabling, Enhancing, Restoring, and Sustaining (CHEERS), seeks innovative solutions in various technical areas related to human effectiveness for national defense. The Air Force invites contractors to submit concise five-page white papers outlining their approaches. These submissions will undergo a review process, and successful candidates will be invited to present detailed proposals. The AFRL retains the discretion to award multiple contracts, IDIQs, or purchases under specific authorities. The focus areas include a wide range of supplies and services, from medical and aeronautical to signal and energy supplies for defense purposes. Offerors should be prepared to provide data items, software, and hardware, although the exact requirements will be established later. The process allows the AFRL to explore diverse solutions, with potential contracts valued at up to $500 million. The legal and contracting clauses detailed in the procurement aim to ensure compliance with federal regulations and manage contractual relationships. These clauses cover various topics, including security, employee rights, and intellectual property, and will be incorporated into the contracts. Contractors will also be responsible for flowing down these clauses to their subcontractors. This solicitation serves as an initial request for information or a draft, as key evaluation criteria and dates are absent. The AFRL seeks to protect proprietary data and may impose security and export control regulations. The submission deadline for the initial white paper step is 30 September 2027. For clarification or questions, interested parties may contact Amber Taylor or Ashlee Green via email.
    Commercial and Economic Research and Innovation (CERI)
    Buyer not available
    The Department of Defense, through the Secretary of the Air Force Concepts Development and Management (SAF/CDM) and the Office of Commercial and Economic Analysis (OCEA), is issuing a Commercial Solutions Opening (CSO) for Commercial and Economic Research and Innovation (CERI) under the solicitation number FA7146-20-S-C001. This initiative aims to identify and mitigate commercial and economic risks to U.S. military advantage by soliciting innovative solutions from commercial partners, focusing on areas such as global commercial sector analysis, strategic research advancement, and modern IT solutions for economic data analysis. The CSO is structured in a two-step process, beginning with the submission of White Papers until September 1, 2025, followed by an Invitation to Propose for selected submissions, with awards anticipated to be made until September 30, 2025. Interested vendors can contact Contracting Officer Jennifer Villarreal at jennifer.villarreal.4@us.af.mil for further details.
    Executive Office Furniture
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of executive office furniture under Requisition Number FA301625Q0053, with a focus on supporting Women-Owned Small Businesses (WOSB). The contract encompasses the delivery, installation, and removal of various office furniture items, including mid-back swivel chairs, high-back executive swivel chairs, lounge sofas, and guest chairs, all adhering to specified fabric and color requirements. This procurement is critical for enhancing the operational readiness and comfort of personnel at the 688th Cyberspace Wing, with a final delivery date set for March 14, 2025. Interested vendors can reach out to Christopher Maier at christopher.maier.3@us.af.mil or call 210-671-0133 for further details and to ensure compliance with the outlined specifications and deadlines.
    HQ AETC IT Support Services
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for IT Support Services at Headquarters Air Education and Training Command (AETC) under solicitation number FA301625R0005. The contract aims to provide comprehensive IT support, including infrastructure management, system administration, and software license oversight for approximately 1,230 users, ensuring compliance with Air Force standards and security protocols. With a total estimated budget of up to $37 million, the contract is set to span from March 29, 2025, to March 28, 2030, emphasizing the federal commitment to enhancing opportunities for economically disadvantaged businesses. Interested parties should contact Michelle Watkins at michelle.watkins.4@us.af.mil or 210-652-0230 for further details and must adhere to the submission guidelines outlined in the solicitation documents.
    Warner Robins Air Logistics Complex Production Overhead Support
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Warner Robins Air Logistics Complex Production Overhead Support contract, which aims to provide essential labor, management, and travel support services at Robins Air Force Base in Georgia. The contractor will be responsible for a range of logistical tasks, including inventory management, parts ordering, and production planning, while ensuring compliance with safety and quality control measures. This contract, valued at approximately $24.5 million, is set aside for women-owned small businesses and the 8(a) program, with a performance period beginning on April 19, 2025, and extending through April 2030. Interested parties can reach out to Adam Hudson at adam.hudson.4@us.af.mil or Bryan Canady at bryan.canady@us.af.mil for further inquiries and must adhere to the proposal submission deadlines outlined in the solicitation documents.
    Financial Management Support Services for DAF
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force (DAF), is seeking qualified sources to provide Financial Management Support Services as part of the Integrated Management and Business Systems Support (IMBSS) initiative. This opportunity focuses on outsourced financial management services within a classified environment, particularly supporting the Planning, Programming, Budgeting, and Execution (PPBE) process, and requires personnel with TS/SCI clearance. Interested entities are encouraged to respond with their relevant experience in financial accounting operations, internal audits, and automation of financial processes, as this RFI aims to inform a future competitive solicitation. For inquiries, interested parties may contact Laycee Moss at laycee.moss@us.af.mil or Benjamin Peterson at benjamin.peterson.8@us.af.mil, with all communications adhering to security regulations.
    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.