Survival, Evasion, Resistance, and Escape (SERE) Support Services
ID: FA3002-SEREType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3002 338 ESS CCJBSA RANDOLPH, TX, 78150-4300, USA

NAICS

Other Technical and Trade Schools (611519)

PSC

EDUCATION/TRAINING- OTHER (U099)
Timeline
    Description

    The Department of Defense, through the Air Force Installation Contracting Center (AFICC) 338th Enterprise Sourcing Squadron, is seeking qualified sources for Survival, Evasion, Resistance, and Escape (SERE) Support Services at Fairchild Air Force Base (AFB), WA, and Joint Base San Antonio (JBSA) – Lackland, TX. The procurement involves providing non-personal services for various SERE training programs, including advanced skills training, water survival, and conduct after capture, with the contract structured as a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) over a four-year base period and a two-year option period. This acquisition is a total Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of performance and technical capability over price in the evaluation process. Interested offerors must register under NAICS code 611519 and submit proposals electronically by the specified deadlines, with the anticipated solicitation release around January 12, 2026. For further inquiries, contact Cameron Fernald at cameron.fernald@us.af.mil or Justin Haynes at justin.haynes.7@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a DRAFT SERE RFP Question Matrix, designed to collect questions, comments, and suggestions from industry stakeholders regarding a draft Request for Proposal (RFP) cover letter. It features a structured format for submitting feedback, including fields for the specific paragraph number of the cover letter in question, and a dedicated space for the government's response to industry input. The purpose of this matrix is to facilitate a clear and organized feedback process, allowing the government to address concerns and incorporate suggestions before finalizing the RFP, thereby ensuring transparency and collaboration in the federal procurement process.
    The Department of the Air Force is issuing a draft Request for Proposal (RFP) for Survival, Evasion, Resistance, and Escape (SERE) Support Services. This is a preliminary notice for planning purposes, not a formal solicitation, and interested companies are encouraged to submit responses within 30 calendar days. The anticipated solicitation will be a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set-aside under NAICS code 611519 ($21M small business size). It will be a non-commercial effort utilizing FAR Part 15 procedures, with Past Performance and Technical factors being more important than Price. The contract will feature Firm Fixed Price (FFP) CLINs and include a 30-day mobilization period. Companies should review the draft RFP, complete the SERE RFP Matrix with questions and suggestions, and submit a response (limited to 7 pages) along with the matrix to the provided email addresses.
    The FA3002-26-R-0002 solicitation outlines instructions for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to submit proposals for SERE Training Support Services. Proposals must be submitted electronically in four volumes: Past Performance, Technical Capability, Price, and Other Contracting Considerations, each with specific content, format, and page limits. Key requirements include a 250-day minimum acceptance period, strict adherence to formatting (Microsoft Word/Excel/PDF, Times New Roman 12-point font), and submission by email to designated Government contacts. The Past Performance volume requires information on up to five recent and relevant contracts, including those of subcontractors, with specific forms and consent letters. The Technical Capability volume demands detailed plans for mobilization, staffing strategy, and quality control, addressing personnel recruitment, security clearances, and instructor qualifications. The Price volume requires use of a specific pricing model and a statement of compliance with Service Contract Act Wage Determinations. The Other Contracting Considerations volume covers contract forms, clause fill-ins, contact information, responsibility determination documentation, and details on teaming arrangements or exceptions to terms. All submissions are due 30 days after the solicitation issue date, with late submissions not being considered.
    This government file outlines the evaluation factors and award criteria for the FA3002-26-R-0002 SERE Training Support Services contract. It details a competitive, best-value, subjective Performance Price Tradeoff (PPT) source selection methodology, where Past Performance and Technical Capability are significantly more important than Price. The government will award a single Firm-Fixed-Price Indefinite-Delivery Indefinite-Quantity contract. Proposals will be evaluated on Past Performance, Technical Capability (Mobilization Plan, Staffing Strategy, and Quality Control Plan), and Price. An Offeror must receive at least a “Neutral Confidence” rating for Past Performance and
    The provided government file indicates that the document content could not be displayed. It suggests that the user's PDF viewer may not support the document type and recommends upgrading to the latest version of Adobe Reader. Links for downloading Adobe Reader and seeking further assistance are provided. The file also includes trademark information for Windows, Mac, and Linux. This document serves as a technical advisory for accessing file content, not as a substantive government RFP, grant, or state/local RFP document.
    This Performance Work Statement outlines the requirements for Survival, Evasion, Resistance, and Escape (SERE) training and operations support for the United States Air Force (USAF) SERE School at Fairchild AFB, WA, and Joint Base San Antonio – Lackland, TX. The contractor will provide instruction, administration, logistics, medical, and administrative support for various SERE courses, including advanced skills, long-term survival, evasion, and conduct after capture. Key responsibilities include resistance training, field training, water survival training, dive program management, and medical coverage for parachute and dive operations. The document details compliance standards, deliverables, quality assurance, government property, and personnel qualifications, emphasizing adherence to military directives and safety protocols. The scope includes supporting current and future SERE training programs, with provisions for modifications to ensure mission flexibility.
    The Department of the Air Force's 338th Enterprise Sourcing Squadron (338 ESS) is seeking sources for Survival, Evasion, Resistance, and Escape (SERE) Support Services. This pre-solicitation notice outlines a re-competition for non-personal services at Fairchild AFB, WA, and JBSA-Lackland AFB, TX. The contract will be a single Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) with a four-year base period (July 2026 - June 2030) and a two-year option period (July 2030 - June 2032). The Request for Proposal (RFP) is anticipated for release around January 12, 2026, on SAM.gov. This acquisition is a total Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, with evaluation based on a Performance Price Tradeoff (PPT) where performance and technical aspects are significantly more important than price. The NAICS code is 6116519, with a small business size standard of $21 million. Interested offerors must register under the correct NAICS code in the SAM database. Contacts for questions are Mr. Justin Haynes and Ms. Cameron Fernald.
    This government solicitation, FA300226R0002, is an Indefinite Quantity contract for Survival, Evasion, Resistance, and Escape (SERE) training and operations support for the United States Air Force (USAF) SERE School at Fairchild AFB, WA. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses, covers various SERE training programs and includes provisions for government-directed overtime and travel. Key terms detail inspection, acceptance, and performance at Fairchild AFB, WA, with a base period from August 2026 to June 2030 and an option period extending to June 2032. The document also outlines electronic payment instructions via Wide Area WorkFlow (WAWF) and incorporates numerous FAR and DFARS clauses, emphasizing small business subcontracting limitations and incrementally funded contract line items. An ombudsman is designated for dispute resolution.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SABER IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command (USSOCOM), is seeking quotes for a training program focused on the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide a comprehensive biannual, ten-day Initial Qualification Training (IQT) course for up to six personnel, covering essential topics such as FPV system theory, design, assembly, and advanced flight techniques, with a total of 80 hours of instruction. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a Firm-Fixed-Price contract, with the base year commencing on January 15, 2026, and includes two option years. Interested parties should direct inquiries to Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil, and note that the current solicitation is not funded as per FAR Clause 52.232-18.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    USSF Hiring Events
    Dept Of Defense
    The Department of Defense, specifically the Air Force District Washington (AFDW), intends to award a Sole Source contract to Recruitmilitary, Inc. for the purpose of enhancing outreach efforts to military veterans and transitioning service members regarding employment opportunities with the United States Space Force (USSF). This initiative is crucial for connecting veterans and their families with current and future job prospects within the USSF, thereby supporting their transition into civilian employment. The contract will be executed under Simplified Acquisition Procedures, and interested parties may submit their interest and product information by 4:30 PM E.S.T on December 19, 2025, via email to the primary and secondary contacts provided: Eric L. Moss at eric.moss.3@us.af.mil and Loverna Johnson at loverna.johnson.ctr@us.af.mil.
    F-15 Flameholder Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting quotes for F-15E flameholder repair services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E flameholder parts to serviceable condition in accordance with specified technical orders. The successful contractor must possess an approved Source of Approved Repair (SAR) letter and will perform all work at their facility, utilizing Government Furnished Property for parts transfer. Interested parties must be registered and active in the System for Award Management (SAM) and submit their quotes via the PIEE Solicitation Module by the specified deadline. For inquiries, contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil.
    JRE Help Desk
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Science Applications International Corporation (SAIC) for Joint Range Extension (JRE) help desk support and sustainment services. The procurement is justified under FAR Part 13, citing SAIC as the only responsible source capable of fulfilling the requirements for the JRE-3081, JRE-3171, JRE-3172, and JRE-13240 systems. This contract is crucial for maintaining operational readiness and support for the Air Combat Command's systems. Interested parties who believe they can meet these requirements are invited to submit a capability statement to SSgt Tierra Brown at tierra.brown.1@us.af.mil by September 9, 2025, at 4:00 PM ET, as late submissions will not be considered.
    ESCAPE SaaS Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the Enterprise Supply Chain Analysis Planning & Execution (ESCAPE) Software as a Service (SaaS) Follow-on Contract. The primary objective is to procure a product contract that focuses on providing PTC Service Parts Management (SPM) SaaS capabilities for IL5 and IL6, along with additional services for training, analysis, configuration, and Tier 1-3 help desk support. This initiative is crucial for enhancing the Air Force's supply chain management capabilities and ensuring efficient operations. Interested parties are encouraged to respond by 4:00 PM Central Time on December 19, 2025, and should direct inquiries to Matthew Tonay at matthew.tonay.1@us.af.mil or Megan Donaghe at megan.donaghe@us.af.mil.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the renewal of Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunications services that meet specific operational requirements outlined in the attached Statement of Work, including service quality, outage management, and compliance with government standards. This contract is critical for maintaining effective communication capabilities, particularly during emergencies, and is set aside exclusively for small businesses under NAICS code 517111. Proposals are due by December 18, 2025, at 10:00 AM PST, with past performance questionnaires required by December 16, 2025, at 1:00 PM PST. Interested parties can contact Michael Salone at michael.salone@us.af.mil or 509-247-8082 for further information.