PKB - Joint Professional Military Education (JPME) II - USCENTCOM
ID: FA481426Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4814 6 CONS PKTAMPA, FL, 33621-5119, USA

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL (V231)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for facility requirements to support the National Defense University (NDU) Joint Forces Staff College (JFSC) in conducting Joint Professional Military Education (JPME) II for the US Central Command (USCENTCOM) in Tampa, Florida. The procurement seeks vendors to provide necessary facility space, including classrooms, breakout rooms, and office spaces, from January 5, 2025, to March 20, 2026, with specific requirements for accessibility, IT support, and custodial services. This opportunity is set aside entirely for small businesses, and interested vendors must submit their quotes by December 30, 2025, at 7:00 AM EST, ensuring they are registered in SAM.gov and comply with all relevant federal regulations. For further inquiries, vendors can contact Jeremy Sanchez at jeremy.sanchez.7@us.af.mil or Sydney Henderson at sydney.henderson.2@us.af.mil.

    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the facility requirements for the National Defense University (NDU) Joint Forces Staff College (JFSC) to conduct a Joint Professional Military Education (JPME) II course for US Central Command (CENTCOM) in Tampa, Florida. The course will run from January 5 to March 20, 2026. The SOW details specific needs for facility space and support, including a primary classroom for up to 25 people, a breakout room for 10, a student and faculty break room, and faculty office space for three. Key requirements include accessible parking, daily access from 0700 to 1800, full operational status one week prior to class, custodial support, IT system testing three weeks prior, and high-speed, unclassified internet access for 25 devices (50 Mbps or greater). An IT support plan with
    This government file, document number FA481426Q0015, outlines the essential clauses incorporated by reference and in full text for federal government solicitations and contracts, particularly those involving commercial products and services. The document emphasizes compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Key areas covered include System for Award Management (SAM) maintenance, commercial and government entity code maintenance, prohibitions on contracting with certain entities (e.g., Kaspersky Lab, ByteDance, or those in Xinjiang Uyghur Autonomous Region), prohibitions on contracting with inverted domestic corporations, and requirements for providing accelerated payments to small business subcontractors. The file also details procedures for Wide Area WorkFlow (WAWF) payment instructions, electronic invoicing, and document submission, along with guidelines for routing data and payment requests. Furthermore, it addresses contract terms and conditions related to implementing statutes and executive orders, covering topics such as whistleblower protections, small business utilization, equal opportunity for veterans and individuals with disabilities, combating trafficking in persons, and environmental considerations like ozone-depleting substances and sustainable products. Specific clauses on Buy American provisions, Trade Agreements, restrictions on foreign purchases, and payments to small business subcontractors are also included. The document also stipulates requirements for Comptroller General examination of records for contracts above the simplified acquisition threshold and outlines the flow-down requirements for specific FAR clauses to subcontractors.
    The Department of the Air Force, 6th Air Refueling Wing (AMC) at MacDill Air Force Base, Florida, issued a combined synopsis/solicitation (RFQ number FA481426Q0015) for facility requirements to support the National Defense University (NDU) Joint Forces Staff College (JFSC). This requirement is for the US Central Command (USCENTCOM) in Tampa, Florida, to conduct Joint Professional Military Education (JPME) II. The project, set aside 100% for small businesses, seeks vendors to provide facility space in Tampa, FL, from January 5, 2025, to March 20, 2026. Quotes are due by December 30, 2025, at 7:00 AM EST and must be emailed to the specified government contacts. Award will be based on the Lowest Price Technically Acceptable (LPTA) method, with vendors needing to be registered in SAM.gov and providing company information, a Unique Entity Identification Number, CAGE Code, POC details, and business size. Attachments include a Statement of Work and a list of applicable FAR, DFAR, and AFFARS provisions and clauses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    This requirement is to provide the JS, J7 Joint Education and Doctrine Division (JEDD) with planning and operations support to execute up to four (4) Disruptive Technical Courses (DTCs) per Fiscal Year.
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking sources to provide planning and operations support for the Joint Staff (JS), J7 Joint Education and Doctrine Division (JEDD) to execute up to four Disruptive Technical Courses (DTCs) annually. The contractor will be responsible for program management, curriculum development, and coordination of speakers, including six Senior Fellows and up to twenty-four Subject Matter Experts (SMEs) per course, emphasizing high performance standards and compliance with security requirements. This initiative is crucial for enhancing the educational framework within the Department of Defense, with services expected to commence on July 1, 2026, following an anticipated award in the fourth quarter of FY26. Interested parties should submit a tailored executive summary by January 5, 2026, to Jaime Verdi at jaime.verdi@navy.mil, and the applicable NAICS code for this opportunity is 611430, with a size standard of $15 million.
    CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS) contract, aimed at providing a comprehensive range of professional services to support U.S. Central Command (USCENTCOM) operations. The procurement seeks to enhance strategic planning, policy support, and operational effectiveness across various military and governmental functions, requiring contractors to deliver non-personal services that integrate military operations with U.S. Government strategies. This initiative is particularly significant as it emphasizes the role of small businesses, with a total contract value capped at $750 million, and is set aside for 100% small business participation, including Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and SBA certified 8(a) firms. Interested parties must submit their proposals electronically by January 9, 2024, and direct any inquiries to Jason Wilkin at Jason.Wilkin.2@us.af.mil or LaKeisha Gamble at lakeisha.gamble.2@us.af.mil.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking qualified small businesses to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of maintenance and repair services, including immediate repairs, annual inspections, and additional maintenance as needed, all governed by a Performance Work Statement dated December 17, 2025. This contract, which is a total small business set-aside, is crucial for ensuring the operational integrity of the facilities and will be awarded based on the best value to the government, considering technical capabilities, past performance, and pricing. 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.
    Preventative Maintenance/ Demand Maintenance (PM/DM) Indefinite Delivery Indefinite Quantity (IDIQ) Department of Defense Education Activity (DoDEA) for Fort Bragg, NC and Camp Lejeune, NC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), Norfolk District, is seeking qualified small businesses for a Preventative Maintenance/Demand Maintenance (PM/DM) Indefinite Delivery Indefinite Quantity (IDIQ) contract for facilities at Fort Bragg and Camp Lejeune, North Carolina. The contract will encompass a range of maintenance services, including the operation and maintenance of heating, ventilation, and cooling systems, kitchen equipment, and facility control systems, ensuring the efficient and safe operation of educational facilities for students and teachers. The anticipated solicitation is expected to be issued around March 2026, with a contract maximum of $11 million and a proposal submission deadline projected for April 2026. Interested firms must respond to the Sources Sought notice by January 13, 2026, and can contact Michael Stevenson Jr. or Candace Lotomau for further information.
    NMUSAF Custodial Contract
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center, is seeking proposals for custodial services at the National Museum of the United States Air Force (NMUSAF) located at Wright-Patterson Air Force Base in Ohio. The contract, which is a total small business set-aside under NAICS code 561720, requires comprehensive cleaning services, including daily facility maintenance, restroom upkeep, snow and ice removal, and window cleaning, with a base period from April 1, 2026, to March 31, 2027, followed by four option years and a potential six-month extension. This procurement is critical for maintaining the cleanliness and professional appearance of the museum, which serves as a significant historical and educational resource. Proposals must be submitted electronically by 4:00 PM Eastern on January 23, 2026, to the designated contacts, Ladaia Lumpkin and Alyssa Williams, with the subject line "Synopsitation FA8601-26-R-0001."
    P215 Joint Interagency Task Force - S
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking contractors for a Design-Bid-Build (DBB) fixed-price construction contract for the P215 Joint Interagency Task Force – South Command and Control Facility in Key West, Florida. The project involves constructing a five-story facility that includes specialized spaces such as a Sensitive Compartmented Information Facility (SCIF), Operations Center, and Network Operations Center, along with robust mechanical and electrical systems designed to withstand Category 5 hurricane conditions. This procurement is significant for enhancing operational capabilities and security for the JIATF-S, with a project magnitude estimated between $250 million and $500 million. Interested contractors must ensure they are registered with the System for Award Management (SAM) and are encouraged to contact Sheila Borges or Lindsay Betteridge for further information, with proposals due no earlier than 30 days after the solicitation is released, which will be available on Sam.gov.
    MACDILL AFB - MACC 4.0 Industry Day information - 15AUG25
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is hosting an Industry Day for the Multiple Award Construction Contract (MACC) 4.0 at MacDill Air Force Base (AFB) in Tampa, Florida, scheduled for August 15, 2025. This procurement aims to establish a Firm Fixed Price IDIQ contract with an estimated ceiling of $500 million over 7-10 years, focusing on commercial and institutional building construction, with task order values ranging from $100,000 to $5 million. The MACC 4.0 is critical for supporting various military commands and partners, including USSOCOM and USCENTCOM, and emphasizes sustainability, energy efficiency, and compliance with cybersecurity standards under the Cybersecurity Maturity Model Certification (CMMC). Interested contractors are encouraged to register in SAM under NAICS code 236220 and prepare for a Draft RFP anticipated in Q1 2026, with contract awards expected in March 2027. For further inquiries, contact the 6th Contracting Squadron at 6CONS.PKC.MACC4@us.af.mil.
    28th EOD Electronics Course
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Bragg, is seeking proposals from qualified small businesses for the 28th EOD Electronics Course, which includes electronics and improvised explosive device (IED) neutralization training. The procurement involves providing two courses, one scheduled for January 12-19, 2026, at Fort Bragg, NC, and the second from February 2-6, 2026, at a contractor-provided location, aimed at training eight participants to Tier 1 Special Operations Forces standards. This training is critical for enhancing the capabilities of Explosive Ordnance Disposal teams, ensuring they are equipped with the necessary skills for IED design and neutralization. Interested vendors must submit their proposals by December 29, 2025, at 10:00 AM EDT, and can direct inquiries to Christopher Green at 910-908-4602 or via email at Christopher.l.green70.civ@army.mil.
    20 Hotel Rooms for 14 Nights in Port Canaveral, Florida
    Dept Of Defense
    The Department of Defense, specifically the Supervisor of Shipbuilding Groton, is seeking proposals from qualified vendors to provide 20 hotel rooms for 14 nights in Port Canaveral, Florida, from January 12 to January 26, 2026. The rooms must be located within a 15-mile radius of the Navy Port and meet specific requirements, including two beds per room, local calling, cable TV, and standard hotel amenities, with no exterior access to rooms. This procurement is crucial for accommodating overflow Navy personnel and is set aside exclusively for small businesses under NAICS code 721110, with a total funding amount of $40,000,000. Interested vendors must submit their quotes by 5:00 PM EST on December 29, 2025, to the designated contacts, Andrea Cook and Stephanie Neale, via email.
    Preventative Maintenance/Demand Maintenance (PM/DM) Indefinite Delivery Indefinite Quantity (IDIQ) for Department of Defense Education Activity (DoDEA) at Fort Campbell, Kentucky
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Norfolk District, is seeking qualified small business contractors for a Preventative Maintenance/Demand Maintenance (PM/DM) Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Department of Defense Education Activity (DoDEA) at Fort Campbell, Kentucky. The contract will encompass comprehensive maintenance services for various facilities, including six schools and three support facilities, covering approximately 835,000 Gross Square Feet, ensuring the efficient and safe operation of essential systems such as HVAC, plumbing, and electrical. Interested firms must respond to this Sources Sought notice by submitting their capability statements by January 13, 2026, with a maximum contract value of $18 million anticipated, and the solicitation expected to be issued around March 2026. For further inquiries, contact Michael Stevenson at michael.l.stevenson@usace.army.mil or Candace Lotomau at candace.c.lotomau@usace.army.mil.