Military Family Readiness Center Data Entry Clerk
ID: FA480925Q0031Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4809 4TH CONS SQ CCSEYMOUR JOHNSON AFB, NC, 27531-2456, USA

NAICS

Office Administrative Services (561110)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)

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 soliciting proposals for a Data Entry Clerk to support the Military Family Readiness Center at Seymour Johnson Air Force Base in North Carolina. The contractor will be responsible for managing data entry related to the Transition Assistance Program (TAP), ensuring accurate data collection and maintenance within various systems, including the AFFIRST database, during designated hours of operation. This role is critical for maintaining the integrity of TAP data and supporting military families, with the contract valued at approximately $12.5 million and a performance period from May 1, 2025, to April 30, 2026. Interested vendors must submit their proposals, including pricing and technical capabilities, to the primary contact, Kelsie Papst, at kelsie.papst@us.af.mil, by the specified deadline, adhering to the requirements outlined in the solicitation and associated documents.

    Files
    Title
    Posted
    The Statement of Work outlines the responsibilities of a contractor providing data entry support for the Transition Assistance Program (TAP) at Seymour Johnson AFB's Military & Family Readiness Center. The contractor will manage the accurate collection and maintenance of TAP-related data within various systems, including the AFFIRST database. Services will be performed during prescribed hours (Monday to Friday, 0800-1600) with a maximum of 35 hours weekly, excluding federal holidays. The contractor must have relevant experience and be proficient in Microsoft Office applications, understanding military protocols. Key deliverables include timely data entry, participation in scheduled TAP activities, and monthly reporting to M&FRC management. The contractor is responsible for safeguarding government property and adhering to security protocols. They must submit resumes and qualifications for candidates within a specific timeline post-contract award. The government will provide the necessary workspace and equipment. Overall, this document serves as a detailed guide for ensuring data entry operations run smoothly and comply with military standards.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor for federal contracts in North Carolina, specifically Wayne County. It specifies minimum wage requirements based on Executive Orders 14026 and 13658, detailing that contracts awarded after January 30, 2022, must pay at least $17.75 per hour, while contracts prior to this date must meet a minimum of $13.30 per hour. The document also includes a comprehensive list of various occupational titles along with their corresponding wage rates and necessary fringe benefits, highlighting healthcare contributions, vacation entitlements, and paid holidays. Additionally, it addresses the requirements for contractors regarding paid sick leave under Executive Order 13706 and outlines the conformance process for unlisted job classifications. The information serves to ensure compliance with labor standards in federal contracts, providing clarity on wage obligations and worker protections. This wage determination is critical for federal contractors to understand their obligations in workforce compensation, which is relevant for RFPs and grants at both federal and local levels.
    This document outlines the instructions for submitting proposals in response to a Request for Quotation (RFQ) by the federal government. It specifies that proposals must include vendor identification details, a contact point, and be valid for at least 45 days. Prices must be comprehensive, covering all aspects of the service. The government will evaluate proposals based on price and technical capability, awarding the contract to the lowest-priced vendor whose offering meets the technical requirements outlined in the solicitation. The evaluation uses a clear "acceptable" or "unacceptable" rating system to determine technical compliance. Proposals with unacceptable ratings are excluded from consideration, and the government retains the right to cancel the solicitation if no technically acceptable offers are received. Vendors are encouraged to provide their best solution to the stated needs, ensuring all pricing is clearly presented. The document highlights the stringent requirements that vendors must meet to be competitive and ensures a rigorous evaluation process aimed at securing the best value for government contracts. Overall, this RFQ sets a structured framework for submissions, emphasizing compliance and cost-effectiveness.
    The document outlines the scope and requirements for a federal contract for a Data Clerk position classified under the SCA/SCLS, with an estimated 1,856 productive hours per fiscal year, factoring in leave. The job is part-time, limited to 35 hours per week, and holidays are excluded. Ivyhill Technologies, LLC currently holds the contract, and while the incumbent has performed satisfactorily, the agency does not mandate continuity. The appropriate Wage Determination labor category is General Clerk II, with related occupation codes provided. Resumes are required post-award, and there are no specific formatting guidelines for the Technical Capability portion of proposals. All training will occur onsite, negating travel; only one individual is needed for the role. The status of Executive Order 14026 is pending clarification. Contact information for references suffices instead of letters. The document serves as a detailed inquiry response related to a government Request for Proposals (RFP), summarizing requirements and clarifications necessary for potential bidders.
    The document outlines the Women-Owned Small Business (WOSB) solicitation for a federal contract FA480925Q0031 related to the provision of Military Family Readiness Data Entry Clerk services. The contract, valued at $12.5 million, targets a delivery period from May 1, 2025, to April 30, 2026, with multiple option line items extending up to 2030. It includes stipulations for commercial services and supplies with a firm fixed price pricing arrangement. The document specifies responsibilities for the contractor, payment instructions, and compliance with various Federal Acquisition Regulation (FAR) clauses, particularly those engaging small business concerns and environmental considerations. Key attachments include a Statement of Work (SOW) and evaluations for offerors. The objective is to facilitate business opportunities for women-owned enterprises while ensuring adherence to government procurement regulations and standards, promoting transparency and fair competition in the bidding process.
    Lifecycle
    Similar Opportunities
    SFL-TAP, HRC, FORT KNOX, KY
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Human Resources Command (HRC), is seeking to award a sole-source bridge contract to Inverness Technologies for the Army's Transition Assistance Program (TAP) at Fort Knox, Kentucky. This contract is necessary to ensure the continuity of vital services during a five-month period from January 4, 2023, to June 3, 2023, while ongoing protests regarding a follow-on competitive award are resolved. The TAP is a congressionally mandated service that supports transitioning service members at 54 locations worldwide, highlighting its critical importance in facilitating smooth transitions for military personnel. Interested parties can reach out to Loralyn Skeeters at loralyn.d.skeeters.civ@army.mil or Deborah Davis-Maxwell at deborah.r.davis-maxwell.civ@army.mil for further details.
    628 FSS Military and Family Readiness Support Services
    Dept Of Defense
    The Department of Defense, through the 628th Force Support Squadron (FSS) at Joint Base Charleston, South Carolina, is seeking qualified contractors to provide Military and Family Readiness Support Services. The procurement aims to deliver a range of support services, including financial management, personal and work-life balance assistance, employment support, and IT hardware/application support, all in compliance with DoD and Air Force standards. These services are crucial for addressing the unique challenges faced by military members and their families, ensuring their well-being and readiness. Interested parties must submit their capability statements and relevant information to Lt. Aaryn Scires at aaryn.scires.2@us.af.mil by January 14, 2026, at 10:00 AM EST, as this is a sources sought announcement for market research purposes only.
    Tools, Applications, and Processing (TAP) Laboratory and Overhead Persistent Infrared (OPIR) Battlespace Awareness Center (OBAC) Support Services Transition Out Scope Add
    Dept Of Defense
    The Department of Defense, through the United States Space Force Space Systems Command (SSC), is preparing to issue a solicitation for Tools, Applications, and Processing (TAP) Laboratory and Overhead Persistent Infrared (OPIR) Battlespace Awareness Center (OBAC) Support Services Transition Out Services. This procurement aims to ensure the uninterrupted continuation of critical support functions, including Development Security Operations, Cybersecurity, Physical Security, and Infrastructure Enhancements, which were not adequately addressed in the original contract. The transition-out phase is essential for transferring these vital activities to the prime BOSS awardee, ensuring effective execution of services. Interested parties may direct inquiries to Capt. Phillip Nguyen at phillip.nguyen.2@spaceforce.mil, with the solicitation expected to be issued no sooner than 15 days following this notice.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Theater Air Planning System of Sytems Dynamic Mission Replanning (TAP SoS DMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry solutions for the Theater Air Planning System of Systems Dynamic Mission Replanning (TAP SoS DMR) initiative. The primary objective is to automate the identification of Courses of Action (CoAs) for air operations replanning, enhancing the speed and effectiveness of mission execution by reducing reliance on human interactions. This initiative is critical as it addresses the complexities of modern battlespaces, enabling joint and coalition forces to operate seamlessly across multiple domains. Interested parties are invited to an Industry Day on June 16-17, 2025, at Hanscom AFB, MA, with responses to the Request for Information (RFI) due by June 30, 2025, at 5:00 PM ET. For further inquiries, contact Cody Sheehan at cody.sheehan@us.af.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Repair of the Air Data Processor (ADP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Air Data Processor (ADP) under solicitation FA8538-26-R-0005. This Firm Fixed Price contract requires the provision of all necessary parts and labor to test and repair the ADP, which is critical for the operational capabilities of F-15 aircraft. The contract is a sole source requirement directed to Honeywell International, as they possess the unique technical data and expertise necessary for this specialized repair, with a total quantity of 50 units to be addressed. Proposals are due by January 6, 2026, at 4:00 PM EST, and interested parties can contact Madison Norris at madison.norris@us.af.mil for further information.
    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.