FY25 Advanced Mobility Training
ID: F3ST404353A001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4407 375 CONS LGCSCOTT AFB, IL, 62225-5015, USA

NAICS

Other Technical and Trade Schools (611519)

PSC

EDUCATION/TRAINING- COMBAT (U013)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 Advanced Mobility Training program, aimed at enhancing the operational capabilities of warfighters in non-standard tactical vehicles. This training will focus on vehicle operation, repair, and recovery in challenging environments, with instruction provided by experienced professionals, including former elite service members. The program is scheduled for March 24-28, 2025, and will accommodate 15 participants, with the contract being awarded on a sole-source basis to ASUSA Professional, LLC, a certified Service-Disabled Veteran-Owned Small Business (SDVOSB). Interested vendors must submit their proposals by February 19, 2025, and can direct inquiries to Ashley Bebout at ashley.bebout@us.af.mil or Gerson Diaz at gerson.diaz_torres.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The 375th Contracting Squadron at Scott AFB, IL issued a Request for Quotation (RFQ) for FY25 Advanced Mobility Training for 15 members, procuring under NAICS Code 611519, categorized as Other Technical and Trade Schools. The award will be sole-sourced to ASUSA Professional, LLC, a certified Service-Disabled Veteran Owned Small Business (SDVOSB). Interested vendors must submit proposals by February 19, 2025, outlining pricing, payment terms, a performance schedule, and compliance with specifications detailed in the solicitation. Key requirements for submissions include a cover letter containing contact information and a statement of understanding regarding the RFQ conditions. Additionally, the document outlines procedures for contractor access to Air Force installations, including identification requirements, and the role of an appointed ombudsman for resolution of concerns. The RFQ also notes the necessity of compliance with the REAL ID Act for access verification at federal facilities. The completion dates for the training are specified from March 24 to March 28, 2025, subject to available funds. Proposed solutions must align with the Statement of Work provided as part of the RFQ attachments.
    The document outlines a comprehensive set of clauses related to government Request for Proposals (RFPs) and contracts, particularly focusing on the Department of Defense (DoD) requirements. It covers key areas such as compensation for former DoD officials, whistleblower rights, safeguarding defense information, and compliance with the System for Award Management (SAM). Key elements include clauses about timely payment practices for contracts, conditions for subcontracting, and ethical considerations like prohibitions on engaging with certain regimes. It also emphasizes the importance of electronic invoicing through the Wide Area Workflow system and mandates for contractor representations pertaining to small business qualifications, especially in relation to veteran-owned and disadvantaged businesses. The structure comprises incorporated clauses and detailed provisions that specify the legal framework contractors must adhere to while executing government contracts. This document serves as a guideline for compliance and procedural requirements essential for federal contracting, ensuring that all parties meet obligations aimed at promoting fair business practices, safeguarding sensitive information, and enhancing overall accountability within federal contracts.
    The document consists of a digital signature from an individual named Gerson Diaz Torres, dated February 11, 2025. It serves as a formal authentication indicating the completion or authorization of a related government project or document. However, there is no additional context or specific content regarding federal RFPs, grants, or state and local initiatives provided within the text. The signature suggests compliance with electronic documentation standards used in government transactions, ensuring security and integrity for future reference. Consequently, the primary focus remains on the verification of identity and procedural authenticity rather than detailed programmatic or funding information. The lack of substantive information limits further analysis regarding its impact or relevance in the context of government funding activities.
    The document outlines a Statement of Work for an Advanced Mobility Training course aimed at preparing warfighters to operate non-standard tactical vehicles in challenging terrains. The instruction will be led by experienced professionals, including former elite service members, focusing on vehicle operation, repair, and recovery in hostile environments. Key training modules include ground school on vehicle dynamics, non-standard vehicle repairs with limited tools, and counter-ambush driving tactics. Practical application sessions will cover driving under low visibility and executing vehicle recovery procedures. The training also emphasizes convoy operation skills involving diverse terrains and obstacle navigation. Scheduled for March 24-28, 2025, this program aims to enhance participants' technical driving abilities and teamwork under real-world scenarios, ensuring they are equipped for mission success. The contractor is responsible for providing all necessary supplies for 15 participants, reinforcing the importance of operational readiness in complex environments.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, outlining wage rates and fringe benefits for various occupations in New Mexico. It mandates compliance with Executive Orders 14026 and 13658, which establish minimum wage requirements for federal contracts. For contracts awarded after January 30, 2022, workers must be compensated at least $17.75 per hour. Conversely, contracts awarded prior to this date necessitate wages starting at $13.30 per hour, provided renewals occur before January 30, 2022. The document lists various occupations along with their corresponding wage rates, specifying classifications such as administrative support, automotive services, health occupations, and more. It emphasizes employee rights regarding paid sick leave under Executive Order 13706 and provides detailed information about health and welfare benefits, holiday pay, and vacation entitlements. Additionally, it details the process for classifying unlisted occupations through a conformance request, ensuring all roles employed under the contract comply with established wage standards. This wage determination aims to ensure fair labor practices and adequate compensation for workers involved in government contracts, reflecting the federal government's commitment to protecting worker rights and promoting equity in employment.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Mobile User Objective System (MUOS) Training Request for Information
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking information from vendors capable of providing a comprehensive training course on the Mobile User Objective System (MUOS) tailored for the Collins PRC-162 radio. The training program aims to cover essential topics such as MUOS waveform fundamentals, planning processes, operational procedures, and system configuration, equipping participants with the skills necessary for effective utilization of MUOS in various operational tasks. This initiative highlights the Air Force's commitment to enhancing communication capabilities through modern training solutions, with interested vendors required to submit detailed white papers outlining their training capabilities and proposed timelines by March 24, 2025. For further inquiries, vendors may contact Wendy Farley at wendy.farley@us.af.mil or Mitchell Gooslin at mitchell.gooslin@us.af.mil.
    SysML 621 Training
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the provision of Systems Modeling Language (SysML) 621 training, aimed at personnel who have completed the preceding SysML 101 and 201 courses. This advanced training is critical for enhancing expertise in SysML, which is essential for meeting tasking requirements from various sponsor organizations. The training sessions are scheduled for March 24-28 and September 15-19, 2025, with each session accommodating up to 20 participants, and the contractor will be responsible for course delivery, including all necessary materials and facilities. Interested parties must submit their proposals by March 18, 2025, with an anticipated award date by April 30, 2025; inquiries can be directed to Sharon Lathroum at sharon.lathroum@navy.mil.
    FY25 365th TRS Alpha Warrior Quad Bunker
    Buyer not available
    The Department of Defense, through the 82d Contracting Squadron at Sheppard Air Force Base, is seeking quotations for the procurement of a 365th TRS Alpha Warrior Quad Bunker Training Facility. This project involves the supply and installation of specialized gym equipment, including modified Conex units and fitness performance flooring, aimed at enhancing the physical training capabilities of Air Force personnel. The initiative is part of a broader effort to modernize training facilities, emphasizing sustainability and improved fitness training. Interested small businesses must submit their quotes by March 24, 2025, at 10:00 AM CDT, and can direct questions to the designated points of contact, Casey Adams and Jamie Long, prior to March 12, 2025. Note that funding is not currently available, and the government reserves the right to cancel the solicitation without obligation for reimbursement of proposal costs.
    ADVANCED FRAMEWORK FOR SIMULATION, INTEGRATION, AND MODELING FOR THE GREATER ENTERPRISE (AFSIM FORGE)
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is soliciting proposals for the Advanced Framework for Simulation, Integration, and Modeling for the Greater Enterprise (AFSIM FORGE) under contract FA2391-25-R-B002. This initiative aims to enhance the AFSIM, a critical military simulation framework, by inviting contractors to develop and mature it as an enterprise capability, with a focus on fostering collaboration among users. Proposals will be evaluated based on technical and cost factors, with multiple awards anticipated, and interested parties must submit an "Intent to Propose" by February 21, 2025, with final proposals due by March 10, 2025. For further inquiries, potential bidders can contact Megan Rosebeck at Megan.Rosenbeck@us.af.mil or Logan Hartley at logan.hartley@us.af.mil.
    Charter Bus for Convoy Courses
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for charter bus services to transport 55 personnel from Malmstrom Air Force Base (AFB) in Montana to Camp Guernsey in Wyoming for training exercises scheduled for April 11-19, 2025, and August 9-16, 2025. The contract requires the provision of a large motor coach bus with two drivers, ensuring non-stop transportation while adhering to safety and security protocols. This procurement is crucial for facilitating military training operations and is set aside for small businesses, with a total award amount of $19 million. Interested contractors should acknowledge the solicitation amendment and submit their proposals by the specified deadlines, with inquiries directed to Barek Webster at barek.webster@us.af.mil or Joshua Crist at joshua.crist.1@us.af.mil.
    FY25 Professional Partnership Education Services
    Buyer not available
    The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base in Alabama, is seeking external partners to provide professional partnership education services for Guardians in critical areas such as Cybersecurity, Joint Planning Process, and Artificial Intelligence. The initiative aims to leverage external expertise to develop and deliver comprehensive educational programs that address the limited staffing within the U.S. Space Force (USSF), ensuring that personnel receive necessary training and certifications in these vital fields. Interested contractors must submit their capabilities and relevant business information by March 24, 2025, at 12:00 P.M. Central Standard Time, as this sources sought notice is intended to inform future acquisition strategies. For further inquiries, potential respondents can contact Jordan Johnson at jordan.johnson.49@us.af.mil or Jeremy B. Kersey at jeremy.kersey.1@us.af.mil.
    F35 Flight Training Simulator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of an unclassified dual-purpose flight and aerospace physiology training simulator for the F-35 aircraft. The simulator must accurately replicate F-35 flight dynamics and include a functional cockpit, high-fidelity visual systems with mixed reality, and robust software for various training devices, including hypoxia familiarization tools. This procurement is critical for enhancing pilot preparedness and safety in operating the F-35, with a focus on advanced, immersive training solutions that meet stringent military specifications. Interested small businesses should note that the formal solicitation will be posted within 7 days of this presolicitation notice, and they can contact 2d Lt Jalen Johnson at jalen.johnson.17@us.af.mil or Sara E. Lackey at sara.lackey.2@us.af.mil for further information.
    Small Munitions Handling Trailers MHU 110/141
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry input for the procurement of Small Munitions Handling Trailers, specifically the Next Generation MHU-110 and MHU-141 models. This initiative aims to identify potential contractors capable of qualifying and producing approximately 1,100 to 1,200 munitions trailers for use by the United States Air Force (USAF) between fiscal years 2025 and 2032, emphasizing the need for compliance with safety and corrosion prevention standards. Interested parties are encouraged to submit documentation detailing their capabilities, past experience, and production capacity by January 9, 2025, with inquiries directed to Amanda Ragan at Amanda.Ragan.1@us.af.mil or Shanika Brown at shanika.brown.1@us.af.mil.
    MGSU Certificate of Business Aviation Program (Modules 3 - 6)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide the Middle Georgia State University (MGSU) Certificate of Fundamentals of Business Aviation Program for 100 candidates at Robins Air Force Base in Georgia. The program consists of four modules—Operations Management, Project Management, Supply Chain Management, and Continuous Process Improvement—delivered through a hybrid format of online and on-campus instruction, including assessments and group projects. This initiative aims to enhance the skills of participants from the Warner Robins Air Logistics Complex (WR-ALC) and aligns with federal procurement guidelines, emphasizing educational collaboration and compliance with labor standards. Quotations for this opportunity are due by March 21, 2025, and interested parties can contact Adam Hudson at adam.hudson.4@us.af.mil or Jeffery Pruitt at jeffery.pruitt.1@us.af.mil for further information.
    AMD1 - DoDEA-Europe Student Transportation Security Services Program (STSSP) Bus Drivers & Safety Attendants Training
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is seeking proposals for the Student Transportation Security Services Program (STSSP), specifically for training bus drivers and safety attendants in Italy and Spain. The procurement aims to enhance security awareness and emergency response capabilities among personnel involved in student transportation, addressing vulnerabilities to potential threats. This contract will be awarded on a competitive basis as a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a performance period extending from July 2025 to June 2030, including a base year and four option years, plus a potential 6-month extension. Interested contractors must submit their proposals by 11:00 a.m. Eastern Daylight Time (EDT) on March 31, 2025, and can direct inquiries to Jiabao Peng at jiabao.peng@dodea.edu or Marcia E. Lee at marcia.lee@dodea.edu.