Industry Day - 711th HPW Mission Support Services Follow On
ID: FA239625RB003Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2396 USAF AFMC AFRL PZL AFRL PZLEWRIGHT PATTERSON AFB, OH, 45433-7541, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified 8(a) small businesses to provide mission support services for the 711th Human Performance Wing (HPW) at Wright-Patterson Air Force Base in Ohio. The procurement aims to secure a range of services, including medical, IT, and advisory support, through multiple Indefinite Delivery Indefinite Quantity contracts, with an estimated ceiling of $505 million. This initiative is crucial for enhancing the operational capabilities of the 711 HPW, which encompasses various specialized units within the Air Force. Interested parties should note that the Request for Proposal (RFP) is expected to be released in the spring of 2026, and all updates will be posted on SAM.gov. For further inquiries, contact Jessica Briggs at jessica.briggs@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The 711th Human Performance Wing (HPW) Industry Day, held on February 19, 2025, aimed to familiarize participants with the program, gather industry feedback, and promote understanding of upcoming requirements. This event is part of market research and does not constitute a commitment by the Government. The scope of services includes qualified support for the 711 HPW at various locations, primarily Wright-Patterson Air Force Base, covering non-personal and personal services across medical, IT, and advisory domains. The 711 HPW comprises the USAF School of Aerospace Medicine, Human Effectiveness Directorate, and Wing Staff, each with distinct missions. The acquisition strategy involves a 100% 8(a) Set-Aside with a NAICS Code of 541990 and a ceiling estimate of $505M for multiple Indefinite Delivery Indefinite Quantity contracts. Task orders will be awarded based on competition, with an estimated RFP release in Q3 2025 and contract award in January 2026. The evaluation criteria for task orders prioritize technical qualifications over past performance and price. Expectations for contract company management include recruitment, staffing, financial management, and resolving performance issues. All RFP documents and updates will be posted on SAM.gov.
    The document outlines the agenda and purpose of the 711 Human Performance Wing (HPW) Industry Day, which serves to engage contractors in discussions regarding upcoming opportunities related to mission support services predominantly for Wright-Patterson Air Force Base. Key topics include administrative details, scope of required services, and company management expectations. The purpose is to familiarize industry participants with program needs and gather feedback, while emphasizing that all input is non-binding and for informational purposes only. The document elaborates on various service categories, including medical, IT, administrative, and technical support, with mandatory qualifications outlined for each role. Guidelines for the task order process are provided, detailing proposal evaluation criteria focused on technical aspects over price and past performance. Upcoming timelines suggest an RFP issuance around the third quarter of 2025 and contract awards by January 2026. Interested parties are directed to THS.gov for RFP documents and advised on communication protocols for inquiries. Overall, the Industry Day seeks to foster collaboration between the government and industry players to meet mission objectives effectively.
    The provided document is a list of attendees, their company affiliations, and their business classifications (primarily 8(a) or Other), along with email addresses. The list appears to be from an event or meeting, possibly related to government contracting given the prevalence of 8(a) designations, which refers to the Small Business Administration's business development program for small disadvantaged businesses. The document's purpose is to record who attended, representing which companies, and their classification, which is crucial for networking, partnership opportunities, or tracking participation in government-related outreach or procurement events. It serves as a directory of potential contractors or partners within the government contracting space.
    The document lists attendees from various companies participating in a government-related event, likely involving discussions on federal RFPs and grants. Notable organizations include CyberSynergy, Reef Systems, and Comptech, with attendees' names, email addresses, and their business classifications (primarily 8(a) contractors) detailed. The attendees represent a range of services potentially relevant to government contracting, showcasing the diversity of vendors engaged in compliance and performance within federal projects. This information is essential for identifying potential contractors and facilitating connections for upcoming government initiatives, thereby promoting collaboration and partnership opportunities among federal, state, and local entities with private sector companies. The emphasis on 8(a) classification indicates a focus on supporting small and disadvantaged businesses in securing government opportunities. Overall, the document serves as a networking reference for stakeholders in government procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA)
    Dept Of Defense
    The Department of Defense, through the Air Force Research Laboratory, is soliciting proposals under the Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA) FA8650-20-S-6008, aimed at enhancing Airman health and performance through medical research. The initiative focuses on optimizing warfighter readiness by addressing various physiological and environmental factors affecting Airman performance, with eight specific research objectives including aeromedical evacuation and cognitive performance. This program represents a significant investment of approximately $480 million over a 72-month period, with awards ranging from $50,000 to $49 million, encouraging participation from all business types, including small businesses. Interested parties should submit white papers and proposals adhering to strict guidelines, with ongoing submissions accepted until April 30, 2026; for further inquiries, contact Nathaniel Baldwin at nathaniel.baldwin.1@us.af.mil or Ryan Mahoney at Ryan.Mahoney.9@us.af.mil.
    WPAFB 3rd Air Stream/ B18
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    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.
    T400 Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Business (WOSB) concerns for the T400 Technical Services contract, which focuses on providing technical engineering support related to the Engine Component Improvement Program. The primary objective is to establish a reliable means for the USAF to access technical assistance on T400-related inquiries, including part numbers and equivalency of consumables, with a base performance period of 10 months starting January 15, 2026, and an optional 12-month extension thereafter. This Firm Fixed Price contract, with a Defense Priorities Allocation System (DPAS) Priority Rating of DO-A1, emphasizes compliance with various federal regulations and requires electronic invoicing through Wide Area WorkFlow (WAWF). Interested parties should contact Rachel Bradd at rachel.bradd@us.af.mil or call 937-656-0000 for further details.
    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.
    AFLCMC Cloud Productivity Suite Pilot CSO
    Dept Of Defense
    The Department of the Air Force, through the Air Force Life Cycle Management Center (AFLCMC), is seeking white papers for its Cloud Productivity Suite Pilot (CPSP) Commercial Solutions Opening (CSO). This initiative aims to identify innovative commercial solutions for an integrated productivity suite, cloud tenant, and operating system tailored for the Department of the Air Force's IT enterprise, focusing on secure collaborative platforms, IL5 accreditation, and Zero Trust security. The selected solutions will enhance the operational capabilities of Air Force personnel by ensuring access to reliable and efficient IT tools, with individual contracts expected to range from $500,000 to $4,000,000 over a period of 1-5 years. Interested vendors should submit their proposals by following the detailed instructions provided in the attached documents, and can reach out to primary contact Mason R Worsham at mason.worsham.1@us.af.mil for further inquiries. The CSO is open for submissions until November 2026.
    Air Force Installation and Mission Support Center (AFIMSC) STREAMLINING PROCUREMENT FOR EFFECTIVE EXECUTION & DELIVERY (SPEED) Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Air Force Installation and Mission Support Center (AFIMSC), is seeking innovative commercial solutions under the Streamlining Procurement for Effective Execution and Delivery (SPEED) Commercial Solutions Opening (CSO). The primary objective is to acquire advanced technologies and services that enhance project outcomes, particularly in optimizing construction costs and schedules while integrating data-driven insights for improved project performance. This initiative emphasizes collaboration with a diverse range of entities, including non-traditional defense contractors, to address critical challenges faced by the Air Force. Interested parties should note that submissions for the first spiral of proposals are due by November 1, 2025, and can contact Brock Moon at brock.moon@us.af.mil or Nicholas Kimmey at nicholas.kimmey@us.af.mil for further information.
    Project Management Resource Tools (PMRT)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Project Management Resource Tools (PMRT) through a contract managed by the FA8770 AFLCMC GBK office. This procurement aims to acquire IT and telecom business application/software as a service, as detailed in the attached Justification and Approval (J&A) document for other than full and open competition. The PMRT is essential for enhancing project management capabilities within the Air Force, ensuring efficient resource allocation and project execution. Interested parties can reach out to James Wilson at james.wilson.11@us.af.mil for further information regarding this opportunity, which is set to take place at Wright Patterson AFB, Ohio.
    (RFI) Advanced Propulsion Acquistion Contract (APAC) Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) Contract
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is issuing a Request for Information (RFI) for the Advanced Propulsion Acquisition Contract (APAC), a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) aimed at enhancing propulsion technologies for the U.S. Air Force. This contract seeks to rapidly develop and implement innovative propulsion capabilities across all lifecycle phases, including technology maturation, concept development, and sustainment, thereby ensuring the Air Force can meet current and future propulsion system requirements effectively. The APAC is critical for advancing novel propulsion technologies and system concepts, which are essential for maintaining the strategic capabilities of the U.S. military. Interested parties are encouraged to submit their responses to the RFI by October 15, 2025, and can direct inquiries to Tanner Alley at tanner.alley@us.af.mil or Capt Caelan Campbell at caelan.campbell.1@us.af.mil.