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.