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
    J065--QMATIC Service | Follow on Base+4 | Start: 1/1/26
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a service agreement for the Q-Matic Customer Flow Management System at the Chillicothe Veterans Affairs Medical Center (VAMC). The procurement requires comprehensive hardware and software maintenance, including on-site support during business hours, a 4-hour telephone response time, 24-hour on-site repair, and a commitment to 95% equipment uptime. This service is crucial for ensuring efficient patient flow and management within the facility. The contract will be a Firm Fixed Price type, commencing on January 1, 2026, with a base year and four additional one-year option periods. Interested parties can contact Contract Specialist Michael E. Groneman at Michael.Groneman@va.gov for further details.
    Mission Video Distribution System (MVDS) Services
    Buyer not available
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.
    Security Escorts at Vandenberg SFB, CA
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a contract to provide security escorts at Vandenberg Space Force Base (SFB) in California. The contract requires the provision of unarmed, Top Secret/SCI-cleared security escorts to assist contractors in the installation of communication cabling and network components within a Restricted Area, specifically at Building 10577 SCIF. This non-personal services contract is a total small business set-aside, covering approximately 4,400 hours of service from January 1, 2026, to July 1, 2027, with proposals due by 11:00 AM Pacific Time on December 18, 2025. Interested parties should submit both a price quote and a technical quote, and can direct inquiries to Scott Yeaple at scott.yeaple@spaceforce.mil or Vince Mills at vincente.mills.2@spaceforce.mil.
    TIERED SMALL BUSINESS SET-ASIDE FOR forty-five (45) Virtual Contact Center (VCC) Software Licenses
    Buyer not available
    The Department of Defense, specifically the U.S. Army Research Laboratory (ARL), is soliciting proposals for forty-five (45) Virtual Contact Center (VCC) software licenses to support Tier 1 and Tier 2 Help Desk operations. The procurement is structured as a tiered small business set-aside, which will transition to full and open competition if no acceptable offers are received from responsible small businesses. The VCC system must be a web-based, cloud-hosted application compatible with major browsers, featuring essential functionalities such as call management, reporting tools, and integration capabilities, with a performance period starting January 1, 2026, and lasting through December 31, 2026, along with two optional years. Proposals are due no later than three business days after posting by 11:59 AM EST, and interested parties should contact Myoung J. Kang-Jones at myoung.j.kang-jones.civ@army.mil for further information.
    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.
    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.
    National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP)
    Buyer not available
    The Department of Defense, through the United States Space Force, is seeking proposals for the National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP). This procurement aims to establish multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for launch services, providing assured access to space for national security missions while maintaining affordability and competition among providers. The selected contractors will be responsible for delivering launch services for approximately 30 missions, with proposals due by 1500 Pacific Time on January 22, 2026. Interested parties should contact Kirsten Prechtl at kirsten.prechtl@spaceforce.mil or Nicole Balestreri at nicole.balestreri@spaceforce.mil for further information and to access sensitive RFP documents.
    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.
    Red LAN Sustainment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified contractors regarding the sustainment of the Red LAN system, a secure data processing and distribution platform critical for Space Domain Awareness (SDA) operations. The procurement aims to gather market research on capabilities related to the maintenance and enhancement of this mature system, which includes tasks such as hardware/software maintenance, cybersecurity sustainment, and anomaly resolution. The Red LAN system plays a vital role in ensuring continuous data processing and distribution for USSPACECOM’s SDA and Orbital Warfare missions. Interested parties must submit a Statement of Capability by January 2, 2026, and direct inquiries to Mr. James Delay at james.delay.3@spaceforce.mil.