Logistics Readiness Squadron Capabilities: 488119 RFI 16 April 2025
ID: LRS_488119_16Apr2025Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4452 763 ESSSCOTT AFB, IL, 62225-5020, USA

NAICS

Other Airport Operations (488119)
Timeline
    Description

    The Department of Defense, through the Air Force Installation Contracting Command, is issuing a Supplemental Request for Information (RFI) to identify potential prime contractors for Logistics Readiness Squadron Capabilities (LRS-C) services. This initiative aims to gather insights on vendors' capabilities in areas such as materiel and traffic management, vehicle management, fuels management, and ground transportation, with the intention of establishing a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) structure for support across various Air Force bases. The RFI is critical for ensuring compliance with military directives and enhancing operational effectiveness in logistics services. Interested vendors must submit their responses in writing to the designated contacts by May 1, 2025, with no formal proposal request being issued at this stage. For further inquiries, vendors can reach out to Rick Thorp at richard.thorp.4@us.af.mil or Lisa Pendragon at lisa.pendragon@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines essential information required from companies applying for federal and state/local requests for proposals (RFPs) and grants. Key elements include company identification details, such as name, address, contact information, and corporate structure (e.g., parent company or subsidiary). It specifies the company's business size classification (large or small) and any relevant socioeconomic statuses, such as 8(a) or HUBZone small businesses. The document also highlights the company’s operational focus, whether in the private/commercial or government sector. Furthermore, it requests information regarding the company's unique identifiers, including CAGE code and Unique Entity ID (UEI), and asks for the North American Industry Classification System (NAICS) codes relevant to the company's activities. The submission also details available contract vehicles for government procurement, indicating potential avenues for business collaboration. Overall, the document serves as a structured format for businesses to present their qualifications in response to government procurement opportunities.
    The document outlines the requirements for companies involved in munitions handling and federal prisoner transport as part of government RFP solicitations. It inquires about company qualifications, personnel training, and experience related to munitions management, including storage, transportation, safety measures, and inventory systems. Key areas of focus for munitions include handling, inspection, reporting, and compliance with established safety standards. Similarly, the document details expectations for federal prisoner transport services, emphasizing the need for liability insurance, personnel screenings, contingency planning, and compliance with federal regulations. Companies are asked to provide levels of experience across various indicators on a scale ranging from no experience to extensive experience. This document serves as a framework for evaluating potential vendors and their capabilities, ensuring that only qualified entities participate in these sensitive government contracts related to defense and security, reinforcing safety, compliance, and operational effectiveness.
    The Air Force Installation Contracting Command (AFICC) is issuing a Supplemental Request for Information (RFI) for Logistics Readiness Squadron Capabilities (LRS-C) services, aiming to identify potential prime contractors for an enterprise services contract. The strategic sourcing initiative targets support for LRS services across various Air Force bases, utilizing a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) structure with a potential performance period of up to six years. Vendors are encouraged to provide detailed information on their capabilities and experience related to several service areas, including materiel and traffic management, vehicle management, fuels management, and ground transportation. The RFI underscores the necessity of adherence to military directives and specifies expectations for service provision, including surge support. The document includes instructions for vendor information submission, emphasizing that this RFI is not a formal proposal request and that engagement with government personnel is limited to the designated contacts. The purpose is to gather market insights to guide future contract decisions without incurring costs for the respondents. Responses are due by May 1, 2025.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Logistics Modernization Integration Support (LMIS) Pre-Solicitation Notice
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a Pre-Solicitation Notice for Logistics Modernization Integration Support (LMIS) aimed at modernizing warehouse equipment across various distribution sites. The DLA seeks industry feedback on a draft Performance Work Statement (PWS) to ensure clarity, feasibility, and to identify any potential restrictions, particularly regarding highlighted sections that pertain to vendor capabilities and cost implications related to additional requirements. This initiative is crucial for enhancing operational efficiency, reducing costs, and improving cybersecurity within DLA's global distribution centers. Interested parties are encouraged to submit their responses via email to Allexas Kirchgessner at allexas.kirchgessner@dla.mil by 12:00 PM EST on January 5, 2026, as this notice serves solely for market research and does not constitute a Request for Proposal.
    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.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    RFI: Foreign Military Sales – Space Systems Training Capability Assessment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to assess capabilities related to training for aircrew, maintenance, and support services in space systems under the Foreign Military Sales (FMS) program. The objective is to identify potential sources that can provide commercially available training courses tailored to the unique needs of international partners, enhancing their ability to utilize space systems effectively. This initiative is crucial for maintaining air superiority and executing diverse missions, as the U.S. Government and its allies increasingly rely on space capabilities. Interested vendors are encouraged to submit their capability statements and pricing information by January 27, 2026, and may direct inquiries to Joseph Crespo at joseph.crespo@us.af.mil or Joseph Wilkerson at joseph.wilkerson.10@us.af.mil.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.
    ESCAPE SaaS Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the Enterprise Supply Chain Analysis Planning & Execution (ESCAPE) Software as a Service (SaaS) Follow-on Contract. The primary objective is to procure a product contract that focuses on providing PTC Service Parts Management (SPM) SaaS capabilities for IL5 and IL6, along with additional services for training, analysis, configuration, and Tier 1-3 help desk support. This initiative is crucial for enhancing the Air Force's supply chain management capabilities and ensuring efficient operations. Interested parties are encouraged to respond by 4:00 PM Central Time on December 19, 2025, and should direct inquiries to Matthew Tonay at matthew.tonay.1@us.af.mil or Megan Donaghe at megan.donaghe@us.af.mil.
    Logistics Support Area - DCNG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Logistics Support Services at Logistics Support Area (LSA) Lincoln in Washington, D.C. The contractor will be responsible for delivering comprehensive facilities management, maintenance, power generation, water and wastewater system operations, and waste management services, as outlined in the attached draft Performance Work Statement (PWS). These services are crucial for sustaining operations related to the Make DC Safe and Beautiful mission, ensuring the effective management of resources and infrastructure at the site. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), are encouraged to submit capability statements to LTC J. Paul Caldwell at joseph.p.caldwell.mil@army.mil or CPT Kyle Hartleben at kyle.d.hartleben2.mil@army.mil by the deadline, with the anticipated period of performance running from March 1, 2026, to July 7, 2026.
    Logistics Technology Research (LTR) Program
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the Logistics Technology Research (LTR) Program, aimed at enhancing logistics processes to support Department of Defense (DoD) weapon systems through innovative research and development. The program focuses on the application of emergent technologies and innovative business practices to improve capabilities in areas such as planning, procurement, and order fulfillment, particularly related to the management of weapon system parts in Supply Class IX. With a funding allocation of up to $7 million per year for five years for Short Term Projects (STPs), the program encourages participation from small and disadvantaged businesses and will initiate a 45-day period for the submission of White Papers, followed by invitations for full proposals from selected submitters. Interested parties can contact Emily Linico at emily.linico@dla.mil or 215-737-3748 for further information.
    (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.
    Department of the Air Force (DAF) Identity, Credential, and Access Management (ICAM) Enterprise III, Request For Information (RFI)
    Dept Of Defense
    The Department of the Air Force (DAF) is seeking a qualified vendor to provide comprehensive services for its Identity, Credential, and Access Management (ICAM) Enterprise III program, as outlined in a Request for Information (RFI). The procurement aims to identify a single vendor capable of managing platform operations, sustainment, and enhancement of the DAF ICAM platform, which is critical for onboarding over 3,300 applications and supporting a user base of over 750,000 personnel and millions of non-person entities. This initiative is part of a broader cybersecurity transformation to transition to a Zero Trust Architecture, aligning with the Department of Defense's Digital Modernization Strategy. Interested parties must submit their responses by January 6, 2026, and can direct inquiries to Kurtavius Brown at kurtavius.brown@us.af.mil or Darnita McBride at darnita.mcbride@us.af.mil.