Tyndall AFB Military and Family Readiness Center Front Desk representative
ID: FA481925Q0019Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4819 325 CONS PKPTYNDALL AFB, FL, 32403, USA

NAICS

Office Administrative Services (561110)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)

Set Aside

Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13) (HZC)
Timeline
    Description

    The Department of Defense is soliciting proposals for a contract to provide front desk customer service representatives at the Military and Family Readiness Center (M&FRC) located at Tyndall Air Force Base in Florida. The contractor will be responsible for delivering high-quality customer service, managing client intake, and supporting various readiness programs, with a focus on assisting military families. This opportunity is set aside for Historically Underutilized Business (HUBZone) firms and emphasizes the importance of compliance with federal procurement regulations, including wage determinations under the Service Contract Act. Interested parties should contact Yvette M. Kelly at yvette.kelly@us.af.mil or 850-283-8619 for further details, with proposals due by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the duties and responsibilities for the Front Desk Customer Service Representative (FDCSR) position at the Military & Family Readiness Center (MFRC) on Tyndall Air Force Base, Florida. The contract mandates one full-time employee responsible for high-quality customer service, client intake, and referral services across various readiness areas, including financial assistance and spouse employment. Key responsibilities include maintaining front desk operations, managing customer appointments, ensuring cleanliness and organization of the office, and complying with records management regulations. The contractor must track client interactions using the Air Force Family Integrated Results and Statistical Tracking (AFFIRST) database and support the Transition Assistance Program (TAP). Qualifications include a high school diploma, two years of customer service experience, proficiency in Microsoft Office, and good interpersonal skills. The contractor is required to submit a Quality Control Plan and participate in regular evaluations to ensure compliance with performance thresholds. The document serves as an essential framework within the context of government RFPs, detailing operational expectations and standards for contract performance to support military families effectively.
    The document addresses various queries related to a government solicitation for a contract, focusing on submission formats, requirements, and contract specifics. Key points include the acceptance of 10-point font in tables, the clarification that the organizational conflict of interest clause may be removed since the efforts do not involve systems engineering, and the confirmation of Sygnetics, Inc. as the incumbent with contract details. The solicitation is classified under the Service Contract Act (SCA), with specifics on labor categories provided in an attached document. The government reserves the right to change deadlines but currently will not extend the proposal submission period. The evaluation of proposals will utilize a best-value approach, with past performance evaluated separately. Offerors are required to submit a summary of qualifications for key personnel, and the workload is estimated at 40 hours per week alongside an average of 2,400 calls and 480 walk-in customers monthly. Resumes will not be considered in the evaluation but can be provided separately. Overall, the document serves to clarify solicitation requirements and address potential contractor concerns, emphasizing adherence to specific guidelines and standards.
    The document outlines a Women-Owned Small Business (WOSB) solicitation for services related to the Military and Family Readiness Center (M&FRC) Front Desk Customer Service Representative. It includes essential contract details, such as requisition and contract numbers, solicitation dates, contact information, and the submission process for offers. The main service required is providing customer service support at the M&FRC for a commitment period of 12 months, with specific performance and acceptance criteria detailed in the attached Performance Work Statement (PWS). It emphasizes compliance with federal regulations, including clauses related to small business programs and service contract labor standards. The contract aims to foster participation by women-owned and economically disadvantaged businesses, encouraging equitable opportunities in government contracting. This RFP is structured to ensure clarity regarding deliverables, terms of contract, and evaluation procedures, reflecting the government's commitment to inclusivity in procurement processes.
    The document outlines a solicitation for contracting services specifically for Women-Owned Small Businesses (WOSB). The government seeks proposals for support at the Military and Family Readiness Center (M&FRC), particularly for front desk customer service representatives, over a period of five years, with a total contract value based on a firm fixed pricing arrangement. Key details include the solicitation terms, the necessary qualifications for bidders, and compliance clauses such as pricing arrangements and delivery requirements. It highlights the importance of adhering to specific federal regulations on procurement and contract management, emphasizing the commitment to support economically disadvantaged sectors. Additionally, it outlines the roles of various officials within the contracting process and provides relevant contact information for inquiries regarding the solicitation. The document functions within the context of federal requests for proposals (RFPs), reflecting efforts to empower small and women-owned businesses in government contracting.
    The document is a Wage Determination from the U.S. Department of Labor under the Service Contract Act, detailing wage and fringe benefit rates for various occupations in Florida, including specific counties. It outlines minimum wage requirements associated with two executive orders: Executive Order 14026 (minimum wage of $17.75 per hour for contracts after January 30, 2022) and Executive Order 13658 (minimum wage of $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022). The determination includes an extensive list of job titles and corresponding wage rates, which vary depending on the classification of work. It also specifies mandatory benefits such as health and welfare, paid vacation, and sick leave for federal contractors, as well as details around additional classifications and wage rates. The document serves as a guideline for contractors to ensure compliance with wage standards, providing essential information necessary for government contracts and local RFPs, promoting fair labor practices while supporting the employment sector in specified geographic areas.
    Lifecycle
    Similar Opportunities
    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.
    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.
    Shelf Stocking, RSHA, and Custodial Services at the MacDill AFB Commissary
    Dept Of Defense
    The Department of Defense, through the Defense Commissary Agency (DECA), is seeking qualified contractors to provide shelf stocking, receiving, storage, and custodial services at the MacDill Air Force Base Commissary in Tampa, Florida. The procurement aims to ensure efficient operations and maintenance of the commissary, which serves military personnel and their families by providing essential grocery and household items. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and interested parties can reach out to James Beck at JAMES.BECK@DECA.MIL or by phone at 804-734-8000 for further details. The presolicitation notice indicates that the contract will be awarded based on the qualifications and past performance of the bidders.
    Facilities Other Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Facilities Other Maintenance (FOM) program at Hill Air Force Base in Utah. This procurement aims to enhance aircraft asset management and minimize mechanic downtime through the implementation of the Overhead Production Support-Facilitate Other Maintenance (OPS-FOM) program, which will operate under the existing Operations Facilities Support (OPS) contract (FA8224-23-D-0001) via task orders. The initiative is part of a broader effort to improve operational efficiency and financial predictability, transitioning to an organic workforce within 18 to 24 months. Interested parties can contact Shelly Bachison at shelly.bachison@us.af.mil or by phone at 801-586-8606 for further details.
    Fy26 Local and Long-Distance Telecommunication Services Renewal
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force's 92d Contracting Squadron, is seeking proposals for the renewal of Local and Long-Distance Telecommunication Services at Fairchild Air Force Base in Washington. The procurement aims to provide essential telecommunications services that meet specific operational requirements outlined in the attached Statement of Work, including service quality, outage management, and compliance with government standards. This contract is critical for maintaining effective communication capabilities, particularly during emergencies, and is set aside exclusively for small businesses under NAICS code 517111. Proposals are due by December 18, 2025, at 10:00 AM PST, with past performance questionnaires required by December 16, 2025, at 1:00 PM PST. Interested parties can contact Michael Salone at michael.salone@us.af.mil or 509-247-8082 for further information.
    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.
    Dyess AFB, Custodial Services Synopisis
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide non-personal commercial lodging accommodations within a 30-mile radius of Homestead Air Reserve Base (ARB), Florida. This procurement involves establishing multiple Blanket Purchase Agreements (BPAs) for single and double occupancy hotel rooms during training periods, with a focus on maintaining high-quality living conditions and compliance with specified standards. The awarded BPAs will have a performance period of up to five years, with a minimum order value of $1.00, and must adhere to General Services Administration (GSA) Per Diem rates. Interested contractors must submit a capability statement to Contract Specialist Tahj Guilford at Tahj.Guilford.2@us.af.mil by January 7, 2029, at 4:00 PM EST, to be considered for this opportunity.
    USSF Hiring Events
    Dept Of Defense
    The Department of Defense, specifically the Air Force District Washington (AFDW), intends to award a Sole Source contract to Recruitmilitary, Inc. for the purpose of enhancing outreach efforts to military veterans and transitioning service members regarding employment opportunities with the United States Space Force (USSF). This initiative is crucial for connecting veterans and their families with current and future job prospects within the USSF, thereby supporting their transition into civilian employment. The contract will be executed under Simplified Acquisition Procedures, and interested parties may submit their interest and product information by 4:30 PM E.S.T on December 19, 2025, via email to the primary and secondary contacts provided: Eric L. Moss at eric.moss.3@us.af.mil and Loverna Johnson at loverna.johnson.ctr@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.