Buckley SFB Program Management Services
ID: FA254325Q0005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2543 460 CONSBUCKLEY AFB, CO, 80011-9572, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Program Management Services at Buckley Space Force Base in Aurora, Colorado. The contract, designated as FA254325Q0005, aims to provide comprehensive program management support, including maintenance for facility utilities and dorm maintenance, with a total award amount of $25,500,000 over a performance period from March 30, 2025, to September 29, 2030. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal regulations, including labor standards and subcontracting limitations. Interested contractors must submit their quotes by February 18, 2025, and can direct inquiries to Anna Mallett at anna.mallett@spaceforce.mil or Matt Kennedy at matthew.kennedy.24@spaceforce.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Request for Quote (RFQ) for a federal contract (FA254325Q0005) focused on providing specific engineering and facility maintenance services. It includes details on the Performance Work Statement (PWS) that specifies staffing requirements, operational procedures, risk management, and evaluation criteria. The government seeks bids from contractors, emphasizing the need for compliance with timelines, proper security clearance for personnel, and specific budget considerations. The selection process utilizes a Lowest Price Technically Acceptable (LPTA) approach and requires bidders to demonstrate technical capabilities, including quality control and service interruption methods. Key logistical points include funding restrictions, equipment provisions, and expected performance metrics. Potential contractors are urged to clarify aspects like existing procedures, required qualifications, and equipment provisions while preparing their proposals. The timeline for submission is notably emphasized, along with pre-award clarifications, which are encouraged to ensure compliant proposals. The comprehensive setup aims to foster competitive bids while maintaining oversight and quality in service delivery.
    The document is a Request for Quote (RFQ) issued by the 460th Contracting Squadron at Buckley Space Force Base. It outlines a requirement for commercial engineering services and specifies that the solicitation will follow competitive procedures, with a focus on service-disabled veteran-owned small businesses. The RFQ requests detailed quotes that adhere to stipulated formats and deadlines, emphasizing price and technical approach evaluation for selection. The performance period spans from March 30, 2025, to March 29, 2030, with options for extension. Quotes must include a pricing structure based on specific labor classifications and a comprehensive technical approach detailing management strategy, quality control, and service continuity. The evaluation process is clearly defined, favoring the lowest price that technically meets the requirements. Overall, this RFQ supports government contracting procedures, aiming to secure efficient services for the military's engineering needs while promoting small business participation.
    The document outlines a Request for Quotation (RFQ) from the 460th Contracting Squadron at Buckley Space Force Base, Colorado, for engineering services as per Federal Acquisition Regulations. As a competitive solicitation aimed at service-disabled veteran-owned small businesses, it requires contractors to submit a detailed quote by February 18, 2025, outlining compliance with the Performance Work Statement (PWS). The contract will cover a base period followed by four option years, with the possibility of a six-month extension. Contractors must adhere to specific submission guidelines, including detailed pricing and technical approaches, and must present qualifications reflecting an understanding of the work scope. Evaluation will be based on the Lowest Price Technically Acceptable methodology, assessing both price and the technical approach across specified focus areas. The document emphasizes the structured submission process, the requirement for compliant and substantiated quotes, and the government’s discretion in awarding contracts. It aims to ensure that the awarded contractor can effectively meet the operational needs of the 460 Civil Engineering Squadron while adhering to government standards and requirements. This RFQ is a key step in acquiring valuable services that support military functions.
    The document is a Request for Quote (RFQ) identified as FA254325Q0005, issued by the 460th Contracting Squadron at Buckley Space Force Base, Colorado, soliciting proposals for engineering services. It outlines that the RFQ aims to procure commercial services for a base period of 12 months, with potential options for up to four additional years and a six-month extension. Contractors must submit compliant quotes, addressing all terms and conditions while detailing their technical approach and pricing in specified formats. The evaluation process focuses on selecting the Lowest Price Technically Acceptable Offeror, emphasizing adherence to performance work standards (PWS). The document specifies submission guidelines, including due dates, contact points, and required content such as a technical approach, pricing sheets, and administrative documents. It also highlights that the solicitation is set aside for service-disabled veteran-owned small businesses, aiming to foster participation from these firms in federal contracting opportunities. The submission deadline for quotes is established for February 13, 2025, and inquiries must be submitted by January 30, 2025. The RFQ illustrates the government’s structured approach to ensuring compliance, competitiveness, and a focus on technical capabilities while still being cost-effective.
    The document presents a Performance Work Statement (PWS) for Program Management Support services at Buckley Space Force Base (BSFB), dated 15 October 2024. Its primary aim is to outline the requirements for program management strategies that enhance operational efficiency and mission readiness. Key components include the management of schedules, resources, and budgets to ensure effective program execution. The document specifies tasks such as providing support for project planning, risk management, and performance tracking. Additionally, it emphasizes collaboration with various stakeholders and adherence to regulatory standards. The focus is on delivering comprehensive oversight and strategic guidance to improve the outcomes of military operations, aligning with federal and military objectives. This PWS is essential for potential contractors looking to understand their obligations and the scope of support expected at BSFB, reflecting the government's commitment to efficient program management.
    The government document outlines various federal and state funding opportunities, including Requests for Proposals (RFPs) and grants, aimed at fostering community development initiatives. The main focus is on funding availabilities designed to support projects related to infrastructure, social services, and environmental sustainability. Key details include eligibility criteria, application processes, and deadlines for submitting proposals, which vary by program and agency. The document emphasizes the importance of adhering to federal guidelines and recommends collaboration among local government entities and community organizations to enhance project viability. Moreover, it underlines the necessity for thorough planning, budgeting, and alignment with state and national objectives to ensure successful funding outcomes. Clear instructions for application submission and evaluation criteria are provided, alongside tips for addressing potential nonprofit collaborations and community engagement strategies. Overall, this document serves as a critical resource for stakeholders interested in leveraging government funds for community enhancement projects, promoting transparency and accessibility in the funding process.
    This document outlines the proposed schedule and resource requirements for a government procurement initiative involving Program Management Support Services. The contract's performance period spans from March 30, 2025, to September 29, 2030, with specific activities segmented into incremental phases. Each phase includes various positions such as Program Managers, Facility Interior Utility Systems APM Managers, Material Control Technicians, and Dorm Maintenance Personnel, categorized by wage determination roles. The document specifies the base year requirements, options for up to four additional years, and a potential six-month extension for continued support. All positions are outlined with their respective responsibilities and expected quantities, emphasizing a systematic approach to project management and maintenance functions. Additionally, the estimated budget for these roles is presented but currently listed as $0.00, indicating that pricing details may be determined upon award date. The overarching goal is to ensure efficient management of facility operations while adhering to federal regulations and staffing needs, reflective of the broader context of governmental responsibilities in service delivery and infrastructure maintenance.
    The document is a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor, detailing wage rates and fringe benefits applicable for service contracts in specific regions of Colorado. It outlines minimum wage requirements linked to Executive Orders 14026 and 13658, mandating pay of at least $17.20 or $12.90 per hour for covered workers, depending on the contract's start date. The register includes detailed wage rates for various occupations such as administrative support, automotive service, food preparation, health occupations, and more—each associated with specific hourly rates. Additionally, it specifies costs for health and welfare benefits, vacation, and holidays, while addressing paid sick leave requirements outlined in Executive Order 13706. The document provides guidance on the process for requesting wage classification adjustments (SF-1444), emphasizing compliance with federal regulations related to contractor obligations. Overall, it serves as a comprehensive reference for contractors bidding on federal jobs to ensure adherence to labor regulations and compensation standards.
    The document outlines a solicitation for commercial products and services, specifically focusing on a contract for Women's Owned Small Businesses (WOSBs). The primary requisition number is FA254325Q0005, associated with a total award amount of USD 25,500,000. This contract includes detailed specifications for services such as program management, maintenance for facility utilities, material control, and dorm maintenance, each with a firm fixed price arrangement spanning a period of 12 months. Key points include the contractor's requirement to provide six Full-Time Equivalent (FTE) personnel for various roles, delivery timelines from March 30, 2025, to March 29, 2026, and stipulations regarding inspections, payment procedures, and the involvement of small business concerns. The document emphasizes compliance with numerous federal regulations and clauses regarding labor standards, subcontracting limitations, and reporting requirements, underlining the government's commitment to supporting small and disadvantaged businesses while ensuring operational integrity and regulatory adherence throughout the project’s lifecycle. Overall, the solicitation highlights the government's objective to empower women-owned businesses and ensure successful execution of provided services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Commercial Lodging BPA - Peterson SFB
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Dept Of Defense
    The Department of Defense is seeking non-personal lodging services within a ten-mile radius from Peterson Air Force Base in Colorado. This requirement is set-aside for Small Businesses (SB) only and aims to award multiple Blanket Purchase Agreements (BPAs) for commercial lodging services. The lodging services should be able to meet the requirements defined in the Statement of Work (SOW), including the ability to block off rooms for reservation within the approved GSA Per Diem Rates that are Tax Exempt. The awarded BPAs will have a five-year period of performance with a minimum order value of $1.00 up to a ceiling of $500,000.00. Contractors interested in this opportunity should submit a capability statement demonstrating their aptitude and capability to meet all the requirements. The capability statement should include the contractor's name, physical address, point of contact information, verification of SAM Registration and/or DUNs/Cage Numbers, and a small business identification and size capability statement. The awarded BPAs will incorporate all the terms and conditions defined in the solicitation. This opportunity will be open for five years to allow for additional contractors/companies to be considered for award of a BPA. Interested contractors should submit their capability statement to the Contract Specialist and Contracting Officer listed in the document.
    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.
    Special Notice For Space Systems Command Strategic Services Vehicle (SSSV) Program
    Dept Of Defense
    The Department of Defense, specifically the United States Space Force's Space Systems Command, is issuing a special notice regarding the Strategic Services Vehicle (SSSV) Program, which includes the upcoming release of multiple Blanket Purchase Agreements (BPAs) for various advisory and assistance services. The procurement aims to provide essential support in areas such as Acquisition, Security, Financial Management, and Engineering, with a focus on engaging small businesses, particularly Service-Disabled Veteran-Owned and Woman-Owned Small Businesses. The estimated release for the Acquisition Support BPA is projected for the fourth quarter of Calendar Year 2025, with additional solicitations expected throughout 2026, and a total funding magnitude of approximately $188 million for Acquisition Support alone. Interested parties can reach out to Maria Jimenez or Capt Bryan Smith at ssc.esd.sssv-program@spaceforce.mil for further information.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@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.
    Catholic Priest Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Catholic Priest Services at Space Base Delta 1 (SBD 1) in Colorado Springs, Colorado. The contractor will be responsible for presiding over Catholic liturgical activities, managing programs, and providing pastoral care for the Catholic community, as outlined in the Performance Work Statement (PWS). This opportunity is a total small business set-aside under NAICS code 813110, with a contract structure that includes a base year, four option years, and a six-month extension. Interested offerors must submit their quotations by January 31, 2026, and direct any inquiries to Nicole Harden at nicole.harden.1@spaceforce.mil or Samuel Souil at samuel.souil@spaceforce.mil.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0002)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Montgomery, Alabama. This project involves comprehensive renovations, including hazardous material abatement, interior alterations, and the installation of new systems, with a total estimated contract value between $5,000,000 and $10,000,000. The work is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and must be completed within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 15, 2025.
    Mortuary Services Agreements
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Combined Synopsis/Solicitation notice for a Mortuary Services Agreement. This agreement is a Total Small Business Set-Aside and falls under the category of MEMORIALS; CEMETERIAL AND MORTUARY EQUIPMENT AND SUPPLIES. The place of performance for this agreement is Colorado Springs, CO, USA. The primary contact for this procurement is Tiana Glenn, who can be reached at tiana.glenn@spaceforce.mil or 7195562195. The secondary contact is TSgt Eric Wienke, who can be reached at eric.wienke@spaceforce.mil or 7195565386. The purpose of this solicitation is to establish a Blanket Purchase Agreement (BPA) for mortuary services with a minimum order value of $1.00 and a maximum ceiling of $249,999.99. The BPA will have a period of performance of up to five years. Small businesses are eligible to participate in this solicitation.