CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS)
ID: FA481424R0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4814 6 CONS PKTAMPA, FL, 33621-5119, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS) contract, aimed at providing a comprehensive range of professional services to support U.S. Central Command (USCENTCOM) operations. The procurement seeks to enhance strategic planning, policy support, and operational effectiveness across various military and governmental functions, requiring contractors to deliver non-personal services that integrate military operations with U.S. Government strategies. This initiative is particularly significant as it emphasizes the role of small businesses, with a total contract value capped at $750 million, and is set aside for 100% small business participation, including Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and SBA certified 8(a) firms. Interested parties must submit their proposals electronically by January 9, 2024, and direct any inquiries to Jason Wilkin at Jason.Wilkin.2@us.af.mil or LaKeisha Gamble at lakeisha.gamble.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Proposal Cover Sheet Template in MS-Excel format for IDIQ offerors, detailing requirements for submission alongside a proposal package in compliance with solicitation guidelines. Offerors must fill in specific fields (marked in red) and provide authorization and certification information, including selection of their competitive pool (SDVOSB or 8(a)). The signed and completed form is to be submitted electronically, with guidance provided for any questions.
    The document outlines submission requirements for offerors participating in an Indefinite Delivery/Indefinite Quantity (IDIQ) contract proposal. It includes a Proposal Cover Sheet Template that must be completed and submitted in conjunction with the electronic proposal package to comply with the Federal Acquisition Regulation (FAR). Offerors are required to fill in specific fields, including company identification, business size, and selected competitive pools (e.g., Service Disabled Veteran Owned Small Business or 8(a) pool). It emphasizes the necessity of certification by an authorized representative and adherence to the solicitation's terms and conditions. Submission formats are specified, directing offerors to use Microsoft Excel or PDF. Any inquiries about the document should be addressed to designated government personnel. This submission form is critical in ensuring compliance and facilitating the procurement process in alignment with federal grant and RFP procedures.
    The document outlines essential instructions for offerors concerning the submission of inquiries related to the procurement process denoted by FA481424R0002. It emphasizes the requirement for submissions to be in a converted Adobe (*.pdf) format when sent electronically to the government. Additionally, the file provides an email contact, Mr. Wilkin, at a designated email address for addressing questions or issues. The inclusion of sourcing and selection details aligns with regulations referenced in FAR 2.101 and 3.104, underscoring the importance of adhering to federal guidelines for procurement communications. This concise guidance ensures clarity and compliance in the proposal process within federal and state/local RFP frameworks.
    The Performance Work Statement (PWS) for the CENTCOM Headquarters IDIQ for Professional Services outlines the requirement for non-personal professional services to support U.S. Central Command (USCENTCOM) theater operations. These services encompass program management, analytical support, engineering, logistics, financial management, and more, integral to joint military operations and strategy alignment with U.S. policies. The contract emphasizes collaboration within USCENTCOM, service integration, and the necessity for personnel to meet specific educational and security clearance standards. Key deliverables include quarterly program status reports and documentation of task order responses, emphasizing contractor performance and regulatory compliance. The document specifies work locations, operational hours, security requirements, and the importance of quality assurance and control measures. Furthermore, it delineates travel protocols, financial management duties, and roles in public affairs, intelligence analysis, and scientific research. The overarching goal is to ensure mission readiness and adaptability in various operational contexts, both domestically and internationally, underlining the critical nature of these professional services to national defense efforts.
    The Performance Work Statement (PWS) outlines USCENTCOM's need for non-personal services to enhance its strategic planning and policy support. It focuses on integrating military operations with U.S. Government strategies through comprehensive analyses, planning, and coordination with various agencies and partners. The contractor will deliver a range of services, including support for military operations, logistics, information security, and communication synchronization, involving highly specialized personnel with significant planning experience. The document details the types of labor categories required, historical hours of service, and the qualifications necessary for various roles, such as military officers with advance strategic planning education and practical experience. Performance objectives and deliverables are specified to ensure quality and timely service. The contractor is also tasked with adherence to security and operational standards, including maintaining a minimum Top Secret security clearance and compliance with federal regulations. This PWS serves a critical role in enhancing USCENTCOM’s operational effectiveness in a dynamic geopolitical landscape, highlighting the importance of strategic alignment and thorough planning in military operations.
    The document appears to be an inaccessible PDF file that provides information on federal government Requests for Proposals (RFPs), grants, and local/state RFPs. Due to technical limitations, it fails to present any substantive content or details. Consequently, no specific topics, key ideas, or supporting details can be identified or summarized. This situation suggests a potential issue with the file's format or compatibility with viewing software like Adobe Reader. To proceed with an analysis or offer insights, access to the actual content of the file is essential, as it currently does not provide any usable information pertinent to government funding opportunities or proposals. Without this critical information, a summary cannot be accurately crafted or assessed.
    The document outlines a pricing table for various strategy, planning, and policy services, indicating labor categories, hours, and costs for each contract year, with a total evaluated price of $2,696,000. It emphasizes the necessity for competitive compensation for professional employees to ensure quality and stability in service delivery, including guidelines for evaluating compensation plans based on recruitment, retention, and management understanding. Further, proposals with significantly lower compensation compared to predecessor contracts may be rejected for failing to meet contract requirements.
    The document outlines a federal Request for Proposal (RFP) concerning Strategy, Plans, Exercises, and Policy Services, detailing pricing structure over five years, including labor support and travel costs. The proposal includes a Firm Fixed Price (FFP) model for various service categories with monthly units and contingent labor hour surge requirements, all provided at a zero price for the base and optional years, excluding travel costs fixed at $400,000 annually for four years. The total evaluated price for the entire bid stands at $2,200,000. The document necessitates that contractors validate formulas used in their price proposals, ensuring accuracy before submission. Additionally, it requests a narrative from the offeror explaining their proposed employee compensation plan and the rationale behind it, taking into account industry standards and market rates. This RFP reflects preparation for comprehensive policy and strategy support in various operational areas, underscoring the government's priority on uninterrupted service quality and effective workforce management in strategic planning roles.
    This document outlines the requirements for the Teaming Organization Structure for Solicitation # FA481424R0002. It specifies the need for both the prime offeror and any subcontractors to provide information about their company, including small business designation, contact details, and projected workload percentages, with guidelines ensuring that the prime's workload is at least 50% and subcontractor workloads do not exceed 50%. The attachment is currently labeled as a draft.
    The document outlines the ordering procedures for the CENTCOM Headquarters IDIQ for Professional Services, specifying the requirements for task orders as per FAR 16.505, including necessary information such as contract details, delivery schedules, and invoicing methods. It emphasizes a fair opportunity process for all multiple award IDIQ contract holders and explains the selection and evaluation procedures for task orders, which are based on a best value basis or lowest price technically acceptable criteria. The document also highlights the contractor's responsibility to notify the Contracting Officer of any performance issues and the non-appealable nature of decisions made by the Ordering Contracting Officer regarding proposed tasks.
    The document outlines a staffing plan matrix for a government Request for Proposal (RFP) associated with the CHIPS Multiple Award IDIQ/FA481424R0002. It includes detailed instructions for contractors to fill in labor categories and projected hours for various tasks, known as Contract Line Item Numbers (CLINs), across different periods (Base and Option Periods). Each CLIN pertains to strategic planning and policy support services, including specific areas such as logistics, cyber operations, and weapons of mass destruction. The aim is to ensure precise allocation of labor resources and time commitments for successful proposal evaluations. The document emphasizes the importance of providing comprehensive data while removing specific instructional language before submission. Overall, it serves as a structured guide for contractors to effectively outline their proposed staffing and workload associated with the outlined services in the RFP context.
    The document outlines solicitation number FA481424R0002 and lists various clauses incorporated by reference concerning government contracting regulations. These clauses cover requirements related to compensation of former officials, whistleblower rights, cybersecurity, small business participation, and various other operational and compliance directives for contractors. Additionally, it includes provisions and limitations pertaining to subcontracting, required representations, certifications, and terms for execution and payment processes.
    The document outlines the Ordering Procedures for the CENTCOM Headquarters IDIQ for Professional Services (CHIPS), established under FAR 16.505. It details how services will be provided through Task Orders issued by authorized individuals, specifying essential components each order must include, such as contract and order numbers, scope of work, and invoicing methods. Designated officials from the Department of the Air Force can place orders, and an ombudsman from the Air Mobility Command will handle complaints regarding fair opportunities for contractors. The ordering process requires competition among IDIQ holders for task orders, which will typically be based on a fixed-price model. Each task order is to include a fair opportunity proposal request (FOPR), providing eligible contractors with requirements for submission. Proposals will be evaluated on a lowest price technically acceptable basis, and awards will be formalized through a signed SF 1449. The document emphasizes the importance of communication between contractors and the contracting officer, ensuring that all key stakeholders are informed and that work commences only with proper authorization. Overall, the focus is on maintaining a fair competitive environment for the delivery of professional services under the CHIPS.
    The document outlines the security requirements and classifications for a contract related to services supporting the US Central Command (USCENTCOM). It details specific access needs for various classified information categories, and outlines obligations for personnel regarding safeguarding classified material, including training, security clearances, and compliance with contract specifications. Additionally, it emphasizes the prohibition of public release of information without proper authorization and the need for thorough monitoring and reporting of any security infractions.
    The document FA481424R0002 outlines contractual clauses incorporated by reference for federal government contracts, specifically for the Department of Defense (DoD). It includes various sections detailing requirements regarding contractor responsibilities, compensation for former officials, cybersecurity measures, and compliance with local labor laws and government procurement policies. Among the highlighted clauses are those related to safeguarding sensitive information, promoting small business participation, and adhering to antiterrorism and force protection protocols. The document emphasizes the need for contractors to provide equitable adjustments and maintain compliance with federal regulations, particularly regarding the acquisition of commercial products and services. Overall, it serves as a comprehensive reference for contractual obligations relevant in issuing RFPs, grants, and maintaining government standards in procurement processes, ensuring transparency and adherence to established guidelines in federal contracting.
    The CHIPS Past Performance Questionnaire is part of a federal solicitation by the 6th Contracting Squadron, Air Mobility Command, aimed at selecting a source for the USCENTCOM Headquarters IDIQ for Professional Services program. The questionnaire seeks feedback on offerors' past performance to evaluate their capability for future contracts. Respondents are requested to provide detailed contract information, contractor performance ratings on various metrics, and insights into the contractor's ability to meet project requirements effectively within a 10-day response window. The document outlines a comprehensive rating scale for performance from "Exceptional" to "Unsatisfactory," addressing aspects like management capability, responsiveness, quality control, and overall performance. The information gathered will contribute to the official source selection records. Timely and constructive feedback is deemed essential for the successful completion of the selection process, underscoring the significance of accurate past performance evaluations in government contracting.
    The Department of the Air Force is requesting proposals through RFP FA481424R0002 for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide professional services for CENTCOM Headquarters. This opportunity is set aside for 100% small businesses, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and Small Business Administration (SBA) certified 8(a) firms. The contract value is capped at $750 million, with an anticipated period of performance consisting of a base year and four optional years. Offerors will be evaluated based on a best value tradeoff, prioritizing past performance over price. Proposals must be submitted electronically and will undergo a technical evaluation, requiring specific staffing and management plans, including a Quality Control Plan and Transition Plan. Additionally, offerors must disclose any potential organizational conflicts of interest. The submission deadline is set for January 9, 2024, and questions regarding the RFP must be submitted by December 20, 2024. The government reserves the right to cancel the solicitation or alter the number of awards made based on the offers received. This initiative underscores the Air Force's commitment to leveraging small businesses for essential services within the defense sector.
    The Department of the Air Force is soliciting proposals for the CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services contract, aimed at providing a variety of management and operational support services. This RFP is exclusively reserved for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Small Business Administration (SBA) certified 8(a) businesses, with the government planning to award a total of up to twenty contracts across these categories. Proposals are due by July 18, 2024, at 10:00 AM Eastern Time, and submissions must adhere to specific guidelines and requirements outlined in the solicitation.
    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.
    SOF Global Services Delivery Request for Proposal (DRAFT)
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals for the Special Operations Forces Global Services Delivery (SOFGSD) contract, which is a Total Small Business Set-Aside opportunity. This procurement aims to secure administrative management and general management consulting services to support USSOCOM's global missions and enterprise needs, with a focus on providing subject matter expertise and knowledge-based services. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a requirement for offerors to possess a Top Secret Facility Clearance and to meet specific cybersecurity standards as outlined in the recent DFARS rule. Interested parties should direct inquiries to the primary contact, Sherri Ashby, at sherri.ashby@socom.mil, and note that the final Request for Proposal (RFP) is anticipated to be released in Q2 FY26, following additional drafts and industry engagement sessions.
    Central Command (CENTCOM) PARTNER INTEGRATION ENTERPRISE (CPIE)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractor support for the Central Command (CENTCOM) Partner Integration Enterprise (CPIE) initiative. This task order aims to provide essential services including Imagery Intelligence Analysis, Full Motion Video (FMV) Monitoring and Screening, Information Technology support, and Logistics support to intelligence operations for CENTCOM and its subordinate Combatant Commands, including SOCCENT TSOC operations. The services are critical for enhancing operational effectiveness and intelligence capabilities in the region. Interested contractors can reach out to Brent Vergauwen at brent.k.vergauwen.civ@army.mil or call 571-588-9274 for further details regarding this opportunity.
    Multiple Services Contract
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small businesses to provide multiple facility support services at Marine Corps Air Station Cherry Point, North Carolina. This sources sought notice aims to identify potential offerors capable of performing a range of maintenance and repair services, including HVAC systems, fire protection systems, and sewage plant operations, among others, under a firm-fixed price/indefinite quantity indefinite delivery (IDIQ) contract structure. Interested small businesses, particularly those classified as 8(a), HUBZone, Service-Disabled Veteran Owned, Women Owned, or Economically Disadvantaged Women Owned, are encouraged to submit a capabilities package by December 16, 2025, at 2:00 PM Eastern Time, to Joanna Miller at joanna.d.miller2.civ@us.navy.mil, with a maximum attachment size of 10Mb.
    FY23 AFCENT Sentinel Secure Chat Solution
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the FY23 AFCENT Sentinel Secure Chat Solution. This procurement aims to acquire a secure chat solution that falls under the category of IT and telecom business application software, which is critical for enhancing communication security within military operations. The selected contractor will be responsible for providing a perpetual license software solution that meets the stringent requirements of the Air Force. Interested parties can reach out to Christina Crawley at christina.crawley.3@us.af.mil or Michael Adams at michael.adams.106@us.af.mil for further information regarding this opportunity.
    SABER IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Nellis Air Force Base, Creech Air Force Base, and the Nevada Test and Training Range. This contract, set aside for HUBZone firms, aims to provide a wide range of construction and maintenance services, including carpentry, plumbing, HVAC, and electrical work, with individual task orders valued between $15,000 and $4 million, and a total ceiling amount not exceeding $185 million over a five-year period. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by January 23, 2026, following a pre-proposal conference scheduled for October 29, 2025. For further inquiries, potential bidders can contact Corrine Lemon at corrine.lemon@us.af.mil or Angela Mendoza at angela.mendoza.1@us.af.mil.
    USSOUTHCOM J2 EDA IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.
    Air Force Operational Commercial Solutions Opening
    Dept Of Defense
    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.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Program, Project, Data Management, Business Intelligence Support Services, and Software Development & Sustainment for the Defense Security Cooperation Agency (DSCA) Information Management and Technology (IM&T). The contract aims to enhance the digital infrastructure and business systems that support global Security Cooperation, with a focus on Agile/Scaled Agile Program Management and DevSecOps best practices. This initiative is critical for managing IT initiatives, developing and maintaining software, and providing advanced data analytics to support mission-driven decision-making. Interested firms must submit capability statements by January 6, 2026, detailing their relevant experience, with an estimated contract value between $400 million and $500 million over a five-year ordering period. For further inquiries, contact Darrell Joy at darrell.l.joy2.civ@mail.mil or Anaya Porter at anaya.a.porter.civ@mail.mil.
    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.