Logistics Readiness Squadron Capabilities: 811111 RFI 16 April 2025
ID: LRS_811111_16Apr2025Type: Sources Sought
Overview

Buyer

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

NAICS

General Automotive Repair (811111)
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 various Air Force installations. This initiative aims to gather information on vendors' abilities to deliver comprehensive logistics services, including materiel management, traffic management, vehicle management, and transportation services, under a Multiple Award Contract (MAC) model with a six-year performance period. The RFI is part of a broader effort to enhance logistics operations and readiness within military installations while supporting small businesses in the defense sector. Interested parties must submit their responses by May 1, 2025, to the designated contacts, including Ms. Lisa Pendragon at lisa.pendragon@us.af.mil and Mr. Rick Thorp at richard.thorp.4@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines key information required for federal procurement responses related to Request for Proposals (RFPs) and grants. It collects essential details about the submitting company, including its name, address, contact representative, business size, socioeconomic status, and relevant codes (CAGE, UEI, NAICS). The form distinguishes between large and small business types, including specific classifications such as 8(a) or HUBZone. Furthermore, it addresses whether the company is a subsidiary and its involvement in mentor-protégé programs. The document also specifies available contract vehicles for government procurement, such as GSA schedules and other agency contracts. This structured format facilitates the assessment of companies' qualifications and capabilities for government projects, ensuring compliance with federal regulations and promoting small business engagement in public sector contracts.
    The document outlines a Request for Information (RFI) related to company qualifications and capabilities in handling munitions and federal prisoner transport. It seeks detailed responses regarding licenses, facility clearances, experience with various types of munitions, safety, security measures, transportation methods, and compliance with federal regulations. Specifically, companies are asked to indicate their level of experience in areas such as munitions handling, inventory management, maintenance, demilitarization, and inspection, as well as their qualifications for transporting federal prisoners, including security protocols, contingency planning, and personnel training. The structure consists of two main sections: the first focuses on munitions logistics, including handling, storage, and safety, while the second covers prisoner transport logistics, emphasizing company experience, personnel qualifications, compliance, and vehicle specifications. Each section prompts companies to self-assess their experience levels ranging from no experience to extensive experience, providing clear criteria for evaluation. This document serves as a critical element in federal procurement processes, helping agencies identify qualified vendors for sensitive operations involving munitions and prisoner transport while ensuring compliance with necessary regulations and standards.
    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 as a prime contractor, aimed at supporting various air force bases. This enterprise contract may cover comprehensive logistics services across all Air Force installations, implemented through a Multiple Award Contract (MAC) model with a six-year total performance period. The RFI requests information from potential vendors regarding their ability to provide various logistics services, including materiel management, traffic management, vehicle management, fuels management, ground transportation, and air transportation. Interested parties are asked to detail their capabilities, company information, socioeconomic status, and any relevant licenses. The document emphasizes that this RFI is not a proposal for a contract but rather a means for market research to inform the government’s decision-making process. Responses must be submitted by May 1, 2025, and all communications regarding the RFI must go through designated government contacts. This initiative reflects the government's intention to streamline logistics operations and enhance readiness across military installations while supporting small businesses in the defense sector.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J&A - 36 LRS Supply and Transportation Management BRIDGE Action
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the "J&A - 36 LRS Supply and Transportation Management BRIDGE Action" opportunity. This procurement involves logistics support management services, aimed at enhancing supply and transportation management capabilities. Such services are critical for maintaining operational efficiency and readiness within military logistics operations. Interested parties can reach out to MSgt Xavier S. Robertson at xavier.robertson@us.af.mil or by phone at 671-366-1996, or TSgt Brian Brammer at brian.brammer@us.af.mil or 671-366-3686 for further details. Additional information can be found in the attached documentation.
    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.
    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.
    Logistics Support Area - DCNG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Logistics Support Services at Logistics Support Area (LSA) Lincoln in Washington, D.C. The contractor will be responsible for delivering comprehensive facilities management, maintenance, power generation, water and wastewater system operations, and waste management services, as outlined in the attached draft Performance Work Statement (PWS). These services are crucial for sustaining operations related to the Make DC Safe and Beautiful mission, ensuring the effective management of resources and infrastructure at the site. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), are encouraged to submit capability statements to LTC J. Paul Caldwell at joseph.p.caldwell.mil@army.mil or CPT Kyle Hartleben at kyle.d.hartleben2.mil@army.mil by the deadline, with the anticipated period of performance running from March 1, 2026, to July 7, 2026.
    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.
    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.
    Requirements Projections On the Web (RPOW) FALL 2025
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Requirements Projections On the Web (RPOW) for Fall 2025, focusing on Air Force managed items. This opportunity involves the procurement of qualification requirements and engineering data for various aircraft components, including spares and repair items, which are essential for maintaining operational readiness. The data provided is intended for planning purposes only and does not constitute an invitation for bids; vendors are encouraged to contact Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for further information. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 for additional details regarding the procurement process.
    RFI: HAF/A5 Advanced Wargaming and Simulation Technologies for Integrated Force Design
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify U.S. vendors capable of providing advanced wargaming and simulation technologies for the Integrated Force Design initiative, known as the WarMatrix Ecosystem. The Air Force aims to transform its current capabilities by developing a digital system that enhances decision-making through advanced software, modeling and simulation (M&S), and Artificial Intelligence (AI), addressing existing challenges with outdated tools and disconnected systems. This initiative is crucial for achieving Decision Superiority and refining force design in future military campaigns. Interested vendors must submit capability briefs by January 9, 2026, at 2:00 PM EST, to Capt Richard Snyder at richard.snyder.12@us.af.mil, detailing their relevant technologies and experience.
    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.
    AN/ALQ-172 Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.