Logistics Readiness Capabilities 493110 - RFI April 2025
ID: LRS_493110_16Apr2025Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4452 763 ESSSCOTT AFB, IL, 62225-5020, USA

NAICS

General Warehousing and Storage (493110)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is issuing a Supplemental Request for Information (RFI) to identify industry capabilities for providing Logistics Readiness Squadron Capabilities (LRS-C) services across multiple locations and commands. This initiative aims to gather information on logistics support services, including asset management, transportation, and fuels management, with the potential for establishing a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) vehicle lasting up to six years. The RFI is crucial for enhancing logistics capabilities that support both routine operations and surge requirements within the Air Force. Interested vendors are encouraged to submit their responses by the close of business on May 1, 2025, to the designated points of contact, Rick Thorp and Lisa Pendragon, via the provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines essential requirements for companies responding to government Requests for Proposals (RFPs) or grants. It collects vital corporate information, including the company’s name, address, representative's contact details, business size/type (large or small), and industry classification via NAICS code. Companies must specify if they primarily serve private or government sectors and provide Commercial and Government Entity (CAGE) and Unique Entity ID (UEI) numbers. Additionally, the document inquires about socioeconomic status for small businesses and whether companies are subsidiaries or part of mentor-protégé programs. It also requests information on available contract vehicles for procuring products and services. Overall, this document serves as a data collection tool for government agencies to evaluate potential vendors for contracts, ensuring adherence to federal standards and promoting engagement with various types of businesses, particularly small and disadvantaged entities.
    This document outlines a government Request for Proposals (RFP) focusing on the qualifications and experiences desired from companies involved in munitions handling and federal prisoner transport. It consists of two main sections: Licenses & Facility Clearance for Munitions and Transport, detailing specific questions that assess the experience of applicants in relevant areas. Topics include handling, storage, safety, transportation of munitions, and managing federal prisoner transport operations. Each section requires bidders to evaluate their experience level across several criteria—ranging from no experience to extensive experience—ensuring that responses capture necessary qualifications related to security measures, personnel training, and compliance with federal regulations. The RFP emphasizes the importance of suitable qualifications for ensuring safe and compliant operations in both munitions management and prisoner transportation, reflecting the government's focus on security, accountability, and effective logistics in these highly specialized fields.
    The Air Force Installation Contracting Command (AFICC) is issuing a Supplemental Request for Information (RFI) to identify industry capabilities for providing Logistics Readiness Squadron Capabilities (LRS-C) services. This enterprise solution is intended to support logistics services across 27 locations and 10 major commands, potentially forming a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) vehicle with a maximum duration of 6 years. The RFI is purely informational, aimed at conducting market research to gauge interest and capabilities from vendors in logistics support, including asset management, traffic and vehicle management, fuels management, ground transportation, and air transportation services. Businesses are invited to submit detailed information about their capabilities, including socioeconomic status, contract vehicles availability, and workforce qualifications. The submission deadline is set for 01 May 2025. Importantly, the document clarifies that this is not a proposal request, and the government will not cover any response costs. The goal is to establish robust logistics capabilities that support both day-to-day operations and surge requirements as needed across Air Force installations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Logistics Modernization Integration Support (LMIS) Pre-Solicitation Notice
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a Pre-Solicitation Notice for Logistics Modernization Integration Support (LMIS) aimed at modernizing warehouse equipment across various distribution sites. The DLA seeks industry feedback on a draft Performance Work Statement (PWS) to ensure clarity, feasibility, and to identify any potential restrictions, particularly regarding highlighted sections that pertain to vendor capabilities and cost implications related to additional requirements. This initiative is crucial for enhancing operational efficiency, reducing costs, and improving cybersecurity within DLA's global distribution centers. Interested parties are encouraged to submit their responses via email to Allexas Kirchgessner at allexas.kirchgessner@dla.mil by 12:00 PM EST on January 5, 2026, as this notice serves solely for market research and does not constitute a Request for Proposal.
    (RFI) Advanced Propulsion Acquistion Contract (APAC) Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) Contract
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is issuing a Request for Information (RFI) for the Advanced Propulsion Acquisition Contract (APAC), a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) aimed at enhancing propulsion technologies for the U.S. Air Force. This contract seeks to rapidly develop and implement innovative propulsion capabilities across all lifecycle phases, including technology maturation, concept development, and sustainment, thereby ensuring the Air Force can meet current and future propulsion system requirements effectively. The APAC is critical for advancing novel propulsion technologies and system concepts, which are essential for maintaining the strategic capabilities of the U.S. military. Interested parties are encouraged to submit their responses to the RFI by October 15, 2025, and can direct inquiries to Tanner Alley at tanner.alley@us.af.mil or Capt Caelan Campbell at caelan.campbell.1@us.af.mil.
    Logistics Technology Research (LTR) Program
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the Logistics Technology Research (LTR) Program, aimed at enhancing logistics processes to support Department of Defense (DoD) weapon systems through innovative research and development. The program focuses on the application of emergent technologies and innovative business practices to improve capabilities in areas such as planning, procurement, and order fulfillment, particularly related to the management of weapon system parts in Supply Class IX. With a funding allocation of up to $7 million per year for five years for Short Term Projects (STPs), the program encourages participation from small and disadvantaged businesses and will initiate a 45-day period for the submission of White Papers, followed by invitations for full proposals from selected submitters. Interested parties can contact Emily Linico at emily.linico@dla.mil or 215-737-3748 for further information.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    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.
    AFSC Requirements Support Readiness Analysis (RSRA)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking support for the Readiness Analysis (RSRA) related to supply chain management at Wright Patterson AFB in Ohio. This task order modification aims to incorporate additional performance-based services necessary for Readiness Based Leveling (RBL) Materiel Management Review (MMR) stratification, D200 downstream system continuity, and reporting for the Office of the Secretary of Defense (OSD). The services are critical for enhancing the efficiency and effectiveness of supply chain operations within the Air Force, ensuring readiness and operational capability. The anticipated period of performance is 10 months, concluding on November 25, 2023, and interested parties can reach out to Mr. Herbert Duncan at herbert.duncan@us.af.mil for further information.
    U-2 Life Support Sustainment and Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for U-2 Life Support Sustainment and Support services. The procurement aims to secure depot-level sustainment support for U-2 Life Support oxygen-related equipment, including the maintenance of S-1034 Pilot Protective Assemblies, oxygen systems, and survival kits, as well as material management tasks under Contractor Logistics Support (CLS) principles. This Request for Information (RFI) is intended for planning purposes only and does not constitute a solicitation for proposals; interested contractors are encouraged to respond by January 2, 2026, to provide their capabilities and experience. For further inquiries, interested parties may contact Brittney Lightsey at brittney.lightsey@us.af.mil or Michelle Rivera at michelle.rivera.3@us.af.mil.
    DLA Ozone Depleting Substances (ODS) And Hydrofluorocarbons (HFC) Support Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for Ozone Depleting Substances (ODS) and Hydrofluorocarbons (HFC) Support Services, aimed at providing essential contractor support for its Reserve Program Office located in Richmond, Virginia. The procurement encompasses logistics, warehousing, leak monitoring, and IT functions, with a focus on managing ODS/HFC products and ensuring compliance with environmental regulations. This contract will be awarded as a firm-fixed-price agreement for a base year with four additional option years, emphasizing the importance of technical capabilities and past performance in the evaluation process. Proposals are due by December 18, 2025, with questions accepted until December 1, 2025; interested parties should contact Derek Willis at derek.willis@dla.mil for further information.
    Department of the Air Force (DAF) Identity, Credential, and Access Management (ICAM) Enterprise III, Request For Information (RFI)
    Dept Of Defense
    The Department of the Air Force (DAF) is seeking a qualified vendor to provide comprehensive services for its Identity, Credential, and Access Management (ICAM) Enterprise III program, as outlined in a Request for Information (RFI). The procurement aims to identify a single vendor capable of managing platform operations, sustainment, and enhancement of the DAF ICAM platform, which is critical for onboarding over 3,300 applications and supporting a user base of over 750,000 personnel and millions of non-person entities. This initiative is part of a broader cybersecurity transformation to transition to a Zero Trust Architecture, aligning with the Department of Defense's Digital Modernization Strategy. Interested parties must submit their responses by January 6, 2026, and can direct inquiries to Kurtavius Brown at kurtavius.brown@us.af.mil or Darnita McBride at darnita.mcbride@us.af.mil.
    INDOPACOM FSE
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking information from vendors capable of providing Dining Facility (DFAC) equipment support for military and federally funded customers in the INDOPACOM region. The procurement focuses on foodservice equipment, including delivery, incidental installation, and site visits, with an estimated yearly demand of 25 orders totaling approximately $3 million. This Request for Information (RFI) is intended for market research purposes only, and interested vendors are encouraged to submit their capabilities, including experience, delivery logistics, and potential for long-term contracts, by the specified deadline via email to the primary and secondary contacts listed. Responses should be directed to Griffin Peterson, Timothy Coyle, and Matthew Conroy at their respective email addresses.