Que Management System
ID: FA252125QB114Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS PKPATRICK SFB, FL, 32925-3237, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

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 seeking proposals for a Queue Management System (QMS) to be utilized at Visitor Control Centers (VCCs) at Patrick Space Force Base and Cape Canaveral. The system must include features such as advanced analytics for performance tracking, virtual training for staff, automatic customer notifications, and a web interface for queue participation, while ensuring cybersecurity compliance and protecting customer information. This procurement is particularly significant as it represents a new requirement with no incumbent contractor, emphasizing the government's commitment to engaging small businesses through a total small business set-aside. Interested vendors should submit their proposals by the revised deadline of August 8, 2025, and can direct inquiries to the primary contact at 45CONS.PKB.email@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as an amendment to solicitation FA252125QB114 regarding a Queue Management System (QMS) for the Visitor Control Centers (VCCs) at Patrick SFB and Cape Canaveral. Key features required include advanced analytics for performance tracking, virtual training options for up to 20 staff members, and specific permissions for staff and supervisor accounts. The system will not require customer accounts for queue participation, and customers can reserve time slots up to six months in advance. The government confirms that this solicitation represents a new requirement with no incumbent contractor and will not disclose a budget range. The document emphasizes the need for both printed and digital queuing methods while ensuring cybersecurity compliance. Additionally, display screens will be supplied by the government. The award date for the contract is yet to be determined, and vendors must include hosting costs in their proposals. Ultimately, the document outlines expectations for system functionality while addressing logistical and operational considerations for effective queue management in a government setting.
    The document outlines a request for quotes (RFQ) for a Queue Management System to be utilized at Visitor Control Centers at Patrick SFB and Cape Canaveral SFS. Specifically set aside for small businesses, the project seeks the delivery of two systems by a firm within 90 days after receipt of order. Key system features include automatic notifications to customers, data reporting capabilities, a web interface for queue joining, virtual training for staff, and warranty support. The RFQ emphasizes that all customer information must be protected and that system links must be hosted within the United States. Proposals must adhere to federal provisions, including price evaluation based on technical acceptability and past performance. There is a clear timeline for questions and submission, with all communications mandated to be through a specified email address to ensure compliance. The document outlines applicable federal acquisition regulations, clauses, and provisions, emphasizing adherence to compliance standards. The solicitation underscores the government’s commitment to engaging small businesses in federal contracting opportunities while ensuring robust capabilities in managing visitor access efficiently.
    Lifecycle
    Title
    Type
    Que Management System
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Space Command and Control (C2) Project Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) for the Space Command and Control (C2) Project, aimed at supporting potential Foreign Military Sales to the Canada Department of National Defence. This initiative seeks to gather information on capabilities and pricing for a System of Systems (SoS) that will enable Canada to effectively ingest, process, and disseminate space data across various classification levels, with a focus on data management, analytics, visualization, and interoperability with allied systems. The project is critical for addressing the current fragmentation in tools used by the Canadian Armed Forces and managing the increasing volume of space data, ensuring solutions are resilient and scalable. Interested parties are encouraged to submit their responses by December 12, 2025, and can reach out to SSC IA Market Research at ssc.iaf.marketresearch@spaceforce.mil for further inquiries.
    Kronos Family of Systems Commercial Solutions Opening
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting innovative commercial solutions through the Kronos Family of Systems Commercial Solutions Opening (CSO) to enhance the Command and Control (C2) mission for the US Space Force. This opportunity seeks cutting-edge technologies and services, including cloud computing infrastructure and AI/ML-driven software applications, to improve scalability, flexibility, and resiliency in operational environments. Proposals must address specific Areas of Interest (AOIs) related to Operational C2, Battle Management, and Space Intelligence, with submissions due by December 15, 2025, and questions accepted until December 8, 2025. Interested vendors should contact Rodrigo Laguna at SSC.BMZ.SYD85@spaceforce.mil for further details.
    Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)
    Buyer not available
    The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) for the Operational Test and Training Infrastructure (OTTI), seeking innovative solutions for space test, training, exercises, and related infrastructure. The procurement aims to acquire advanced commercial products and technologies, particularly focusing on specific Areas of Interest (AOIs) such as Continuous Fitness Assessment, Multirole Satellite Frequency In-field Test Suite, and enhancements to the National Space Test and Training Complex. This initiative is critical for enhancing the capabilities of military Guardians and ensuring effective training and operational readiness. Interested offerors must submit their proposals by the extended deadline of December 5, 2025, and can direct inquiries to Capt Megan McChrystal at megan.mcchrystal@spaceforce.mil or Crystal Price at crystal.price.6@spaceforce.mil.
    Air Force Operational Commercial Solutions Opening
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Commercial Solutions Opening (CSO) to acquire innovative commercial items, technologies, and services aimed at addressing various Air Force requirements and capability gaps. This initiative, authorized under Class Deviation 2022-O0007, seeks solutions priced under $100 million that can enhance mission capabilities, streamline operations, or provide technological advancements. Proposals must be submitted via email by September 30, 2026, and will be evaluated based on technical merit, importance to agency programs, and funding availability, with a focus on small businesses as this opportunity is a Total Small Business Set-Aside. Interested parties can reach out to the 87 CONS CSO Team at 87CONS.CSO.Team@us.af.mil for further information.
    Crossmatch Booking station
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Crossmatch Booking Station, as outlined in their Justification notice. This procurement involves the installation of equipment related to office supplies and devices, which is crucial for enhancing operational efficiency within the Air Force. Interested vendors can find additional details in the attached documentation and are encouraged to reach out to Brittney Devallon at brittney.devallon@us.af.mil for further inquiries. The place of performance for this contract will be within the USA.
    MFT 25-96 - DCC Surveillance System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    Radar Data Distribution System (RDDS)
    Buyer not available
    The Department of Defense, through the Air Combat Command Acquisition Management Integration Center, is seeking industry input for the modernization of the Radar Data Distribution System (RDDS) at the Joint Interagency Task Force South (JIATF-S) headquarters in Key West, Florida. The objective is to upgrade the existing RDDS infrastructure to accommodate new data formats, increased data volumes, and evolving security requirements while ensuring high reliability and operational availability. This procurement is critical for enhancing the capabilities of radar and sensor data management and distribution, which supports various stakeholders, including government agencies and partner nations. Interested parties, particularly small businesses, are encouraged to submit a capabilities package by December 17, 2025, to the designated contacts, Aurelio Medina and Chase Gordon, with an estimated award date in May 2026 and a solicitation release anticipated in March 2026.
    ESCAPE SaaS Request for Information (RFI)
    Buyer not available
    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.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    Citrix Brand Name Virtual Apps / Software Subs
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals from qualified small businesses for the procurement of Citrix Brand Name Virtual Apps and associated software subscriptions. The requirement includes 30 units of Citrix for Private Cloud, 2 units of ADC VPX-FIPS Software Subs (Fixed Model) Premium 5Gbps, and 30 units of Citrix US 24/7 Support, all designated as "TRUSTED PRODUCT," to support the Prototype, Manufacturing, and Test Division in Lakehurst, NJ. This procurement is critical for ensuring reliable software and support services for military operations, with a firm-fixed-price contract anticipated to be awarded for a performance period from January 1, 2026, to December 31, 2026. Interested vendors must submit their proposals electronically by 4:00 PM EDT on December 16, 2025, to Eric Daly at eric.m.daly6.civ@us.navy.mil, ensuring compliance with all outlined requirements.