This Performance Work Statement (PWS) outlines the requirements for travel-pay processing services at Ellsworth Air Force Base, South Dakota. The contractor will support travel-pay operations within AFIMSC/FMFK, providing Financial Service Technicians (FSTs) for a 12-month base period. Key requirements include maintaining an 80% staffing level, reporting contractor labor hours, and ensuring FSTs are proficient in military and civilian travel pay policies. The PWS details FST training progression goals, with new FSTs expected to process 16-25 vouchers daily with increasing accuracy over 120 days. Proficient FSTs must maintain an average of 25 vouchers daily with 84% accuracy. The document also specifies personnel qualifications, security requirements including IT Level II access with Interim Secret eligibility, and procedures for government-furnished property and required Air Force training. The Program Manager will oversee training and personnel actions, ensuring all performance thresholds are met.
The Performance Work Statement (PWS) FA4690-26-R-0003 outlines the requirements for travel-pay processing services at Ellsworth Air Force Base, South Dakota. The objective is to support travel-pay operations within AFIMSC/FMFK. Key aspects include a 12-month base year performance period, contractor manpower reporting, and a mandatory staffing level of at least 80% qualified personnel. Financial Service Technicians (FSTs) must complete a minimum of 40 hours per week, with specific production and accuracy goals for processing travel vouchers. Training progression goals are set for new FSTs over 120 business days. Contractors must provide a Program Manager with at least one year of experience. Security requirements mandate IT Level II access with an Interim Secret eligibility, progressing to a Favorable Tier III investigation for all personnel. The PWS also details government-furnished property, Air Force training requirements, and adherence to security regulations for Controlled Unclassified Information and physical security.
This document, Amendment of Solicitation/Modification of Contract (Standard Form 30), amends solicitation number FA469026R0003, dated December 17, 2025. The purpose of this amendment, effective December 30, 2025, is to update the ordering period within the contract clause 52.216-18 Ordering (Aug 2020) and to attach a revised Performance Work Statement (PWS). The ordering period for supplies and services is extended from January 25, 2026, through January 25, 2027. Additionally, Attachment 1_PerformanceWorkStatement_1Dec25 has been replaced with ATTACHMENT 1 PWS_30 Dec25, updating the attachment date from December 1, 2025, to December 30, 2025. The amendment also specifies methods for acknowledging receipt and making changes to previously submitted offers.
This document is a solicitation (FA469026R00030003) for Women-Owned Small Businesses (WOSB) to provide Travel Pay Processing Support Services to the Air Force Financial Services Center (AFFSC) at Ellsworth AFB, SD. The contract is a firm-fixed-price, indefinite-quantity agreement with an estimated total award amount of USD 12,500,000.00. The period of performance for the base year is from January 25, 2026, to January 24, 2027, with an option year extending to January 24, 2028. Services include a contract project manager, 37 financial services technicians, and overtime support. The solicitation outlines detailed contract clauses, including Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) requirements for commercial products and services, payment instructions via Wide Area WorkFlow (WAWF), and clauses related to small business utilization, labor standards, and ethical conduct. The minimum order is 30 Full-Time Equivalents (FTEs), and the maximum order for a single item or combination of items is 444 jobs. The document emphasizes compliance with various federal regulations and the importance of electronic submission of payment requests and receiving reports.
The Department of the Air Force, 28th Contracting Squadron, Ellsworth Air Force Base, South Dakota, is seeking past performance information for contractors bidding on financial technician support services. This questionnaire is critical for evaluating an Offeror's ability to perform on the proposed effort by assessing their past and present contract performance. Agencies with firsthand experience are requested to complete and return the form directly via email to joshua.johnson.233@us.af.mil and timeaki.mcphee@us.af.mil by the offer due date. The document stresses the importance of frank and concise comments, ensuring that individual names completing the questionnaire will remain confidential. Contractors are explicitly prohibited from submitting these forms themselves, as such submissions will be rejected.
The Department of the Air Force's 28th Contracting Squadron Group at Ellsworth Air Force Base, South Dakota, utilizes a Past Performance Questionnaire for evaluating contractor performance. This questionnaire is a critical tool for federal government RFPs, designed to assess a contractor's ability to successfully perform required efforts based on their past record. The document outlines sections for general contractor information, respondent details, and instructions for submitting the completed survey.A key component is the performance information section, which defines ratings as Acceptable (A), Unacceptable (U), or Unknown (UNK). Respondents are required to rate contractors across eleven criteria, including personnel adequacy, adherence to contract price, resource availability, responsiveness to feedback, business relationship, security and safety programs, problem resolution, flexibility, quality programs, and whether any cure/show cause notices were issued or contracts terminated. Finally, the questionnaire asks if the respondent would award another contract to the contractor. Any 'Unacceptable' ratings require an explanation, and the completed forms are to be emailed to joshua.johnson.233@us.af.mil and timeaki.mcphee@us.af.mil.
The document outlines the wage determinations for various occupations in South Dakota under the Service Contract Act, indicating specific hourly rates and fringe benefits for employees. It includes provisions for paid sick leave, minimum wage requirements, and additional benefits such as health and welfare compensation, vacation, and holiday pay. The guidelines also describe the process for classifying unlisted job occupations under the Act and the requirements for compliance by contractors.
This government file, Attachment 5, details the staffing and potential overtime requirements for a federal contract identified by FA4690-26-R-0003 and FA4690-26-R-0001 across a base year, an option year, and a six-month extension. The contract outlines the need for a Program Manager (12 MO/year for base and option, 6 MO for extension), Financial Services Technicians (444 JOB/year for base and option, 222 JOB for extension), and Overtime (500 HR/year for base and option, 250 HR for extension). A "JOB" unit is defined as one Full Time Equivalent (FTE) working 40 hours per week, with 444 JOBs equating to 37 FTEs annually. Overtime quantities are estimated averages subject to change. The document provides a structure for pricing these services over the specified periods.
The document outlines a government contract (FA4690-26-R-0003/FA4690-26-R-0001) for financial services, detailing staffing and overtime requirements across a base year, an option year, and a six-month extension. The contract covers Financial Services Technicians, Project Managers, and Overtime hours. Key details include the definition of "JOB" as a Full Time Equivalent (FTE) working 40 hours per week, with 444 "JOB" units equating to 37 FTEs for the full years and 222 "JOB" units equating to 37 FTEs for the six-month extension. Overtime quantities are estimated hourly rates and subject to change. The document specifies the contract line item numbers (CLINs) for each period and notes that all annual and six-month amounts are currently undefined. This file is a component of a federal government Request for Proposal (RFP) or a similar procurement document, specifying the scope of services and staffing for potential contractors.
This amendment to solicitation FA469026R0003 primarily modifies the periods of performance (POPs) for specific Contract Line Items (CLINs) and Option Line Items. Specifically, the POP for CLINs 0001, 0002, and 0003 has been corrected to January 25, 2026 – January 24, 2027. Similarly, the POP for Option CLINs 1001, 1002, and 1003 has been adjusted to January 25, 2027 – January 24, 2028. Additionally, Attachment 5 Bid Schedule has been updated to reflect these revised POPs, replacing the previous version. The amendment also includes administrative details such as the effective date, issuing office, and contact information for the contracting officers.
The document is a pre-solicitation Q&A for Travel Pay Processing Services (FA4690-26-R-0003), indicating a Women-Owned Small Business (WOSB) set-aside. The contract is Firm-Fixed-Price (FFP) with NAICS code 561110 and a $12M size standard. The government anticipates a base year plus two one-year options and a six-month extension, totaling three years and six months. The requirement is for 37 FTEs and one Program Manager, all working on-site at Ellsworth AFB, with an estimated 89.7K payments processed in FY25. Key personnel must have Interim Secret clearance. The incumbent is LEO TECH LLC. The contractor is responsible for training, using government-provided materials, and submitting a Quality Control Plan, Staffing Plan, and Training Plan with their proposal. Overtime is voluntary and historical data suggests about 250 hours annually. SCA rates apply, and the government will provide the wage determination.
This government solicitation, FA469026R00030001, issued by the Air Force, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide Travel-Pay Voucher Processing Support Services at Ellsworth AFB, SD. The contract is a Firm Fixed Price arrangement with an estimated total value of USD 12,500,000.00. The period of performance for the base year is from January 25, 2026, to January 24, 2027, with an option for an additional year. Services include a contract Project Manager, 37 financial services technicians (equating to 444 jobs annually), and overtime support. The solicitation outlines detailed clauses for contract administration, payment instructions via Wide Area WorkFlow (WAWF), and various FAR and DFARS clauses related to commercial products and services, small business utilization, labor standards, and ethical conduct. Key requirements include minimum staffing of 30 FTEs and a maximum order limitation of 444 jobs per single item or combination of items within 365 days. The contract also includes options for extending services and the term of the contract.
This government file, Amendment of Solicitation/Modification of Contract FA469026R00030002, outlines changes and evaluation criteria for a federal Request for Proposal (RFP) for Travel-pay Processing Services. The key updates include extending the proposal response deadline to January 7, 2026, and adding a Q&A attachment. The document details proposal submission requirements, emphasizing a three-volume structure: Completed RFP (Volume I), Written Technical Proposal (Volume II), and Past and Present Performance (Volume III). Evaluation will follow a tradeoff process, where technical and past performance are significantly more important than price. Technical proposals are rated on Quality Control and Staffing Plans, while past performance is assessed for relevancy and confidence. The government reserves the right to award without discussions.
The FA469026R0003 document provides clarifications and amendments to a solicitation for Travel Pay Processing services, specifically a 100% set-aside for SBA-certified Women-Owned Small Businesses (WOSB). Key updates include the removal of specific certification requirements for the Program Manager, who will now be evaluated solely on experience managing 18+ personnel in a production environment. Discrepancies in CLIN quantities and PWS section references have been corrected, with a key change to CLIN 0003 (Overtime) quantity to 500 hours. The proposal submission deadline was extended to January 7th. The government confirmed acceptance of CPARS in lieu of Past Performance Questionnaires (PPQs) and allows up to six relevant past performance references, including ongoing and non-government contracts. The place of performance is Ellsworth AFB, SD. The contract is for a 12-month base, a 12-month option year, and a 6-month extension. The contract is fully funded. The government clarified that the