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

Buyer

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

NAICS

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

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the 711th Human Performance Wing (HPW), is seeking qualified 8(a) small businesses to provide mission support services under a follow-on contract at Wright-Patterson Air Force Base in Ohio. The procurement aims to deliver a range of non-personal and personal services across medical, IT, and advisory domains, with an estimated contract ceiling of $505 million for multiple Indefinite Delivery Indefinite Quantity contracts. This initiative is crucial for supporting the diverse missions of the 711 HPW, which includes the USAF School of Aerospace Medicine and the Human Effectiveness Directorate. Interested parties should note that the Request for Proposal (RFP) is expected to be released in Q3 2025, with contract awards anticipated in January 2026; 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 6
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Office of Small Business Programs Support Services under a Women-Owned Small Business (WOSB) set-aside. The contract aims to provide comprehensive operational and management support for the DHA's Office of Small Business Programs, including business execution, strategic communication, and mentor-protégé program support. This initiative is crucial for enhancing small business participation in defense acquisitions and ensuring compliance with relevant regulations. The contract, valued at up to $24,500,000, will have a base period from January 5, 2026, to January 4, 2027, with four additional one-year options, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil and Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA)
    Buyer not available
    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.
    HUMAN PERFORMANCE OPTIMIZATION SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for Human Performance Optimization services at Ramstein Air Base and Vilseck, Germany. The procurement requires the provision of two certified strength and conditioning specialists (CSCS) and two licensed clinical social workers (LCSW) to enhance the health and performance of military personnel. This initiative is critical for maintaining the well-being and operational readiness of service members, with an anticipated contract period from June 17, 2026, to June 16, 2031, under a five-year Indefinite Delivery Indefinite Quantity (IDIQ) framework. Interested firms must submit their company information and capability statements to the 700th Contracting Office by 5:00 PM CEST on December 12, 2025, with inquiries directed to TSgt Carleen Clinger at carleen.clinger@us.af.mil or by phone at DSN 314-489-6124.
    Renovation of WPAFB Laboratory Space - Dayton, OH
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a federal contract for the renovation of laboratory space at Wright-Patterson Air Force Base in Dayton, Ohio. The project entails a Design-Bid-Build reconfiguration of an existing high-bay facility, which includes constructing three additional elevated floors and renovating 9,666 square feet of existing space to create secure laboratory environments for modeling, simulation, and analysis, as well as control and network operations rooms. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must respond by December 6, 2024, with documentation of their qualifications and relevant past experience, as the estimated contract value ranges between $10 million and $25 million. For further inquiries, interested parties can contact Morgan Greenwell at morgan.l.greenwell@usace.army.mil.
    WPAFB 3rd Air Stream/ B18
    Buyer not available
    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.
    Helicopter Program Office Integrity Programs Sustaining Engineering Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a market survey to identify potential contractors capable of providing sustaining engineering services for the Helicopter Program Office (HPO) related to the Aircraft Structural Integrity Program (ASIP), Mechanical Equipment and Subsystems Integrity Program (MECSIP), Avionics Integrity Program (AVIP), and Electrical Wiring Interconnect System (EWIS) for various helicopter models including the HH-60W, MH-139A, TH-1H, and UH-1N. Contractors are expected to demonstrate expertise in rotary-wing structures, mechanical and avionics systems, fatigue analysis, non-destructive inspection, and software development, particularly concerning specific tasks outlined in relevant military standards. This opportunity is crucial for maintaining the operational integrity and safety of the helicopter fleets, and responses to the Request for Information (RFI) are due by January 7, 2026. Interested parties should direct inquiries to Casey Price at casey.price.3@us.af.mil or Jeanette Jordan at jeanette.jordan.2@us.af.mil.
    Centrifuge and Research Altitude Chambers
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratories (AFRL), is seeking qualified contractors to provide research, development, test, and evaluation (RDT&E) support for the operation of centrifuge and research altitude chambers at Wright-Patterson Air Force Base in Ohio. The contract will focus on ensuring the safe and efficient operation of these chambers, which are critical for aerospace human performance research, including equipment setup, subject scheduling, data collection, and report preparation. This opportunity is vital for advancing aerospace physiology and includes a one-year base period with four one-year options, requiring contractors to demonstrate relevant experience, personnel capabilities, and compliance with security and safety regulations. Interested parties should respond to the sources sought notice by providing their qualifications and capabilities to Jessica Briggs at jessica.briggs@us.af.mil or Natasha Randall at natasha.randall@us.af.mil within 30 days.
    AFSC Requirements Support Readiness Analysis (RSRA)
    Buyer not available
    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.
    Requirements Projections On the Web (RPOW) FALL 2025
    Buyer not available
    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, particularly spares and repairs. This opportunity involves obtaining qualification requirements and engineering data for various aircraft components, with a clear emphasis that the listed data is for planning purposes only and does not constitute an invitation for bids. The procurement process includes contacting Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for qualification requirements and engineering data requests, with vendors required to register on SAM.gov and submit a certified DD Form 2345. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil for further information.
    Workforce 3.0 - Managed Solution, Defense Healthcare Management Systems (WF3)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a noncompetitive task order under the Workforce 3.0 contract to the Boston Consulting Group, Federal, as part of the follow-on to the successful completion of the Design-to-Outcome Task Order. This procurement aims to provide managed solutions in support of defense healthcare management systems, emphasizing the importance of professional support services in enhancing healthcare delivery for military personnel. Interested parties can reach out to primary contact Sonya Edom at sonya.m.edom.civ@health.mil or secondary contact JR Oliver at j.r.oliver.civ@health.mil for further details regarding this opportunity.