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
  1. 1
    Posted Dec 10, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Mar 31, 2026, 2:00 PM UTC
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
Apr 29, 2024, 2:43 PM UTC
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.
Apr 1, 2025, 4:05 PM UTC
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.
Apr 1, 2025, 4:05 PM UTC
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.
Apr 1, 2025, 4:05 PM UTC
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.
Apr 1, 2025, 4:05 PM UTC
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.
Apr 1, 2025, 4:05 PM UTC
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.
Apr 29, 2024, 2:43 PM UTC
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.
Apr 1, 2025, 4:05 PM UTC
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.
Apr 29, 2024, 2:43 PM UTC
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.
Apr 29, 2024, 2:43 PM UTC
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.
Apr 1, 2025, 4:05 PM UTC
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.
Apr 29, 2024, 2:43 PM UTC
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.
Apr 1, 2025, 4:05 PM UTC
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.
Apr 29, 2024, 2:43 PM UTC
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.
Apr 1, 2025, 4:05 PM UTC
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.
Apr 1, 2025, 4:05 PM UTC
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.
Apr 1, 2025, 4:05 PM UTC
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.
Apr 29, 2024, 2:43 PM UTC
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.
Lifecycle
Similar Opportunities
610 Command and Control Squadrons Operations, Maintenance, and Repairs Indefinite Delivery Indefinite Quantity (610 CACs OMR IDIQ)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the 610 Command and Control Squadrons Operations, Maintenance, and Repairs Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to secure cost-effective operations, maintenance, and repair services for Non-Real Property equipment, ensuring the functionality and longevity of the 610 CACS missions through comprehensive life cycle maintenance practices. The contract will be awarded as a firm-fixed price IDIQ with a five-year ordering period, and it is exclusively set aside for 8(a) small businesses. Interested contractors must submit their quotes by May 5, 2025, and all inquiries should be directed to Megan Middleton at megan.middleton.5@us.af.mil by April 4, 2025.
RQOO CENTAC 1 Overhaul
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of the RQOO CENTAC 1 system at Wright-Patterson Air Force Base in Ohio. This project aims to refurbish the Centac-4C-150 section of a centrifugal air compressor system, addressing significant degradation observed in its components to enhance durability and reduce maintenance frequency. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has an estimated value between $1,000,000 and $5,000,000, with proposals due by May 5, 2024, and a mandatory site visit scheduled for April 24, 2025. Interested contractors should contact Jason McClean at jason.mcclean.6@us.af.mil or Mike Hornberger at michael.hornberger.1@us.af.mil for further details.
CENTCOM-AFRICOM Education Services
Buyer not available
The Department of Defense, through the Defense Human Resources Activity, is conducting market research to identify potential vendors for providing accredited education services at military installations in the Central Command (CENTCOM) and Africa Command (AFRICOM) regions. The procurement aims to deliver on-site college-level instruction leading to undergraduate and graduate degrees, as well as credentials and standardized testing services, specifically tailored to the unique needs of military personnel stationed overseas. This initiative is crucial for ensuring that service members have access to quality educational opportunities comparable to those available domestically, thereby supporting their professional development and career transitions. Interested vendors must submit their capability statements and feedback on the draft Performance Work Statement (PWS) by April 22, 2025, and can contact Jada Weaver at jada.a.weaver.civ@mail.mil or Mike Carnley at charles.m.carnley.civ@mail.mil for further information.
ICD 705/SSM Physical Security Training
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals from qualified small businesses for a firm-fixed-price contract to provide Intelligence Community Directive (ICD) 705 and Site Security Management (SSM) training at Wright Patterson Air Force Base in Ohio. The training aims to enhance the skills of security personnel responsible for overseeing Sensitive Compartmented Information Facilities (SCIF) and Special Access Program Facilities (SAPF), ensuring compliance with federal security standards. The contract is valued at approximately $15 million and spans from August 2025 to September 2028, with proposals due by April 29, 2025. Interested offerors can contact Curtis Thomas at curtis.thomas.4@us.af.mil or Candice Snow at candice.snow@us.af.mil for further details.
Solicitation for Fiscal Year 2025 Cost Analysis Support (CAS) Services Indefinite Delivery Indefinite Quantity (IDIQ)
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for Cost Analysis Support (CAS) services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Fiscal Year 2025. This contract aims to provide non-personal services for cost, economic, and technical analyses related to various weapon systems and acquisition programs across the Department of the Army, Department of the Navy, and United States Marine Corps. The total acquisition ceiling for this contract is approximately $83 million, and it will be awarded on a competitive basis with a focus on small businesses, utilizing Best Value Tradeoff Source Selection procedures that prioritize experience over price. Interested contractors should direct inquiries to Ashley Treier or Chardae Walton via their provided emails, and must ensure compliance with submission requirements outlined in the solicitation documents, including demonstrating relevant past performance and adhering to pricing guidelines.
FY25 Multiple Award Construction Contract (MACC)
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY25 Multiple Award Construction Contract (MACC) at Fairchild Air Force Base in Washington. This contract aims to provide indefinite delivery and indefinite quantity (IDIQ) construction services, including maintenance, repair, and new construction projects, with a total value not to exceed $95 million. The work will encompass various construction disciplines, such as carpentry, plumbing, electrical, and mechanical tasks, with a focus on enhancing facility operations and ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals by May 15, 2025, and are required to attend a mandatory orientation seminar on January 22, 2025. For further inquiries, contact Richard Hedrick at richard.hedrick.2@us.af.mil or Tuyen Nguyen at tuyen.nguyen.2@us.af.mil.
Microwave Line of Sight Field Service Representative
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a contract titled "Microwave Line of Sight Field Service Representative" to provide essential support services for military operations in Kuwait. The contract requires qualified vendors to supply personnel, equipment, and services to ensure effective communication and data exchange, with a focus on maintenance, logistics, and technology refreshment for the Microwave Line of Sight program. This initiative is critical for enhancing operational capabilities and ensuring seamless communication for U.S. military operations, particularly in support of CENTCOM. Interested parties must submit their proposals by April 30, 2025, with inquiries due by April 23, 2025, and can contact Chelsea M. Ng at chelsea.m.ng.civ@army.mil or Charles L. Friend at charles.l.friend.civ@army.mil for further information.
Offutt AFB Multiple Award Construction Contract (MACC)
Buyer not available
The Department of Defense is soliciting proposals for a Multiple Award Construction Contract (MACC) at Offutt Air Force Base in Nebraska, aimed specifically at small businesses and other socio-economic entities. This contract will encompass a variety of construction and design-build projects, with the government planning to award contracts to at least eight qualified offerors, ensuring compliance with federal regulations and fostering competitive bidding. The estimated total expenditure for this contract is capped at $49,999,999, with specific seed projects including water line repairs and HVAC renovations, each with defined budget ranges. Interested contractors must submit their proposals by April 28, 2025, and can direct inquiries to Michael Madison or Cassandra Janousek via their provided email addresses.
FY25 AFROTC - Cadets In Jets (JETI IV)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 AFROTC - Cadets In Jets (JETI IV) program, aimed at providing incentive orientation flights for Air Force Reserve Officer Training Corps (AFROTC) cadets. The program seeks to conduct 500 to 2000 one-hour flights in high-performance aircraft at Maxwell Air Force Base in Alabama, enhancing cadets' understanding of Air Force operations and inspiring them towards rated career fields. This initiative is crucial for addressing pilot shortages and simulating military flying experiences, with a total anticipated contract value of approximately $34 million over multiple option years from 2025 to 2030. Interested small businesses must submit their proposals, including technical capabilities and past performance information, by the specified deadline, and can contact SrA Lance Redolosa or Jeremy B. Kersey for further details.
CAC Refresh
Buyer not available
The Department of Defense, specifically the Army Contracting Command in New Jersey, is soliciting proposals for a firm fixed price contract titled "CAC Refresh." This opportunity is a total small business set-aside and involves commercial and institutional building construction, with a focus on the maintenance of office buildings as outlined in the attached Statement of Work (SOW). The contract is significant for ensuring the upkeep and functionality of Army facilities, with an estimated start date of approximately May 30, 2025. Interested parties should direct inquiries to Bryan Thompson at bryan.e.thompson20.civ@army.mil or 520-687-5375, or Stephanie Howell at stephanie.m.howell2.civ@army.mil or 609-562-5335, and must adhere to the specified response date for proposals.