Draft Solicitation for AIRFORCE LEADERSHIP DEVELOPMENT PROGRAM- INFORAMTION TECHNOLOGY (AFLDP-IT)
ID: FA701425R0009Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7014 AIR FORCE DISTRICT OF WASHINGTON PKANDREWS AFB, MD, 20762-6604, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 23, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 30, 2024, 12:00 AM UTC
  3. 3
    Due Jan 9, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to support the Air Force Leadership Development Program - Information Technology (AFLDP-IT) through a presolicitation for a Blanket Purchase Agreement (BPA). The contractor will provide a comprehensive range of IT services to enhance, sustain, and facilitate the AFLDP-IT platform, which integrates various human resource applications critical for the Air Force's workforce development initiatives. This opportunity emphasizes the importance of modernizing HR systems and ensuring seamless integration with existing platforms, with a total funding amount of up to $140,560,000 over five years, and individual call orders capped at $7,500,000. Interested parties should direct inquiries to Ashley Raymond or Kenya Turner via the provided email addresses, with quotations due by the specified deadline.

Point(s) of Contact
Files
Title
Posted
Dec 30, 2024, 8:05 PM UTC
The document focuses on the federal government's processes related to Requests for Proposals (RFPs), federal grants, and state and local RFPs. It outlines how organizations can access funding opportunities to support various initiatives. Key components include eligibility criteria for applicants, the proposal submission process, evaluation metrics for selection, and compliance requirements for recipients. The document emphasizes the importance of aligning proposals with federal and local priorities to increase the chances of funding approval. It serves as a guide for interested parties, detailing the procedural steps and necessary documentation needed for successful submissions. Overall, it provides a comprehensive overview for stakeholders looking to engage in government-funded projects, highlighting both the opportunities available and the stringent regulatory framework that governs them.
Dec 30, 2024, 8:05 PM UTC
The document outlines the Performance Work Statement (PWS) for the Air Force Leadership Development Program - Information Technology (AFLDP-IT), focusing on IT support required for the program at the Pentagon and Joint Base San Antonio. The contract encompasses project management, helpdesk support, system administration, software development, and training services. Key tasks include managing technical meetings, developing project management plans, resolving user issues, implementing and maintaining software solutions, ensuring information assurance and system security, and conducting relevant training webinars. The service must adhere to stringent performance metrics and quality standards, with regular reporting requirements. The contractor is expected to provide a stable workforce, ensure security compliance, and maintain operational readiness, while also facilitating smooth transitions between contractors. This PWS is critical for enhancing the operational efficiency of the Air Force's HR information systems aimed at workforce development and management. Overall, the document demonstrates the Air Force's commitment to integrating cutting-edge technology and support services to advance its human resource capabilities while maintaining compliance with federal regulations.
Dec 30, 2024, 8:05 PM UTC
The memorandum issued by AFDW/PK announces a Request for Quotation (RFQ) FA7014-25-Q-0001 for the Air Force Leadership Development Program—Information Technology (AFLDP-IT). This RFQ aims to award a Blanket Purchase Agreement to a small business under NAICS code 541519, following FAR 8.405 procedures. Quotations are due by a specified date and must be submitted electronically. The process emphasizes the importance of clear communication through the Contracting Officer (CO) for any inquiries. The anticipated contract period includes various phases and option periods totaling up to four years, with an extension possible. Contractors must provide administrative, technical, and pricing information in designated volumes, meeting specified page limits and formatting requirements. The evaluation process will prioritize non-price factors, particularly technical capability and past performance, over price, culminating in the selection of the contractor that offers the best overall value to the government. The document sets forth detailed submission guidelines and evaluation criteria to ensure compliance and effective assessment of contractor capabilities.
Dec 30, 2024, 8:05 PM UTC
The document outlines the terms for a government Request for Quote (RFQ) to establish a Blanket Purchase Agreement (BPA) as a Total Small Business Set-Aside under NAICS code 541519, focusing on Other Computer Related Services. The selection process emphasizes a Lowest Price Technically Acceptable (LPTA) evaluation, prioritizing technical acceptability and price without allowing trade-offs. Evaluations will assess proposals based on compliance with solicitation requirements, technical performance, and a detailed price analysis ensuring fairness and reasonableness. Key evaluation factors include past performance and specific technical capabilities related to software development in a government context, specifically emphasizing a low code platform. Offerors must demonstrate recent and relevant experience, including at least three recent contracts. The evaluation criteria categorize proposals with adjectival ratings from "Outstanding" to "Unacceptable." Furthermore, price quotations must be realistic, complete, and not unbalanced, assessing long-term value for the government. The document details how Total Evaluated Prices (TEP) are determined, considering labor categories and specific performance period pricing. This BPA aims to streamline procurement while ensuring competent and cost-effective service delivery within the outlined guidelines.
Dec 30, 2024, 8:05 PM UTC
The document delineates the Price Proposal Template associated with RFP FA7014-25-R-0009, focusing on pricing for various tasks across the base period and four option years. It catalogues several task categories including labor for program management, software development, sustainment activities, material costs, travel, and data item deliverables (CDRLs), specifying the contract line item numbers (CLIN), quantity, and type of contract for each task (Fixed Firm Price or Time & Materials). Each of the tasks has a designated quantity of 60, consistent across the periods. The template requires the respondent to fill in highlighted areas for unit pricing and additional details, culminating in a total evaluated price for both the base and option periods. This structured approach ensures clarity in pricing for government services, complying with the RFP processes by laying out expectations for bid submissions from contractors, aimed at uniformity and accuracy in financial evaluations across proposals.
Dec 30, 2024, 8:05 PM UTC
The document outlines the terms and conditions for a Blanket Purchase Agreement (BPA) associated with the Air Force Leadership Development Program. It describes the agreement as a framework for the supplier to provide specified supplies and services when requested by the contracting officer, within a defined monetary limit not exceeding $7,500,000. The government is only obligated for authorized purchases made under this BPA, and the contracting officer will provide a list of authorized individuals to place orders. Delivery tickets must accompany shipments, containing essential details like supplier name, BPA number, and itemized lists. Invoices must be submitted at least monthly or upon BPA expiration, detailing deliveries and supported by necessary receipts. The document establishes clear guidelines for invoicing, delivery, and purchasing authority to ensure compliance and accountability in financial transactions related to the program. Overall, it serves to facilitate the procurement process while maintaining transparency and regulatory adherence.
Dec 30, 2024, 8:05 PM UTC
The document outlines the call procedures for the Air Force Leadership Development Program—Information Technology (AFLDP-IT) under the Blanket Purchase Agreement (BPA) FA7014-25-R-0009. The BPA allows for a maximum of $140,560,000 in total orders over a five-year period, with individual call orders capped at $7,500,000. Requests for training support services must include a Call Request Form, Independent Government Cost Estimate, Performance Work Statement references, and appropriate funding. Contractors have five business days to respond to call orders with quotes, which must be compared against a pricing sheet for fairness. Travel costs are fixed-price, and all travel must be pre-approved by the Contracting Officer. The primary performance location is the contractor's site in the Washington DC metro area, with possible travel to various AF locations. The document establishes order limits and terms, ensuring compliance with applicable regulations, while maintaining clarity on the execution of the AFLDP-IT services.
Dec 30, 2024, 8:05 PM UTC
The document outlines a framework for assessing the severity of comments or questions related to federal and state/local RFPs, including federal grants. It categorizes issues as high, routine, or low severity, indicating their potential impact on project outcomes or compliance. The framework is designed to help government analysts and stakeholders prioritize responses and tackle pertinent issues effectively. By clearly defining severity levels, the document supports decision-making in addressing concerns raised during the RFP process. This structured approach ensures that important topics are escalated appropriately and that routine matters are handled efficiently, contributing to a more streamlined and effective procurement process. The document serves as a tool for enhancing communication and response strategies within government entities.
Dec 30, 2024, 8:05 PM UTC
The document outlines a solicitation for a contract related to the Air Force Leadership Development Program - Information Technology (AFLDP-IT), specifically aimed at supporting the Department of the Air Force's Human Resource Information System (HRIS) development across various integration components. The solicitation emphasizes the provision of IT services necessary for the development, enhancement, and maintenance of the AFLDP-IT platform in line with cloud hosting solutions. The initiative involves a Blanket Purchase Agreement (BPA), spanning a five-year period with an estimated total award amount of $34 million. It is designed to consolidate various support aspects within Force Development while ensuring coordination with existing systems. The document includes specific requirements for contractor qualifications, payment instructions, and compliance with various federal acquisition regulations, emphasizing the importance of transparency, accountability, and adherence to quality standards throughout the contract execution. Overall, this solicitation highlights the Air Force’s strategic focus on modernizing HR systems while fostering opportunities for small businesses, particularly women-owned and disadvantaged enterprises.
Lifecycle
Title
Type
Similar Opportunities
Co-Pilot License Bundle
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from potential contractors regarding their capabilities to provide a Co-Pilot License Bundle, particularly the CP-UA2133 model, which is essential for military applications. The procurement aims to acquire three units of this license bundle, which features a USB 3.1 interface compliant with the MIL-STD-1553 specification and includes two multi-function channels to enhance operational capabilities. Interested vendors are invited to submit capability statements detailing their experience and qualifications, with a firm-fixed price contract anticipated under NAICS code 541512, valued at approximately $34 million. Responses must be submitted by April 28, 2025, at 11:00 AM PDT, to the designated contacts, Denina Hudson and Abel Alcantar, via the provided email addresses.
MABSM implementation and sustainment effort at Hill AFB OO-ALC, Warner Robins AFB WR-ALC, and Tinker AFB OC-ALC
Buyer not available
The Department of Defense is seeking small business contractors for the implementation and sustainment of the Maintenance and Business System Modernization (MABSM) at Hill Air Force Base, Warner Robins Air Force Base, and Tinker Air Force Base. The primary objective is to enhance the MABSM system, which supports Maintenance Repair Overhaul (MRO) operations, by providing a comprehensive range of services including project management, technical analysis, user training, and quality assurance. This initiative is crucial for maintaining system availability and compliance with Information Assurance standards, thereby ensuring efficient depot operations. Interested parties must submit their responses, including company information and capabilities, by May 2, 2025, to Hannah Rearick at hannah.rearick@us.af.mil or Jason Neering at jason.neering@us.af.mil.
30 FSS Education Center Facility Manager with IT Skills
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotations for a Facility Manager with IT skills to oversee the Education Center at Vandenberg Space Force Base in California. The selected contractor will be responsible for managing daily operations, event planning, IT and audiovisual support, classroom scheduling, and ensuring compliance with safety and maintenance standards, with a focus on supporting U.S. Air Force and Space Force education and training programs. This opportunity is a total small business set-aside, with a contract period anticipated to begin on July 1, 2025, and run for one year, with options for two additional years and a six-month extension. Interested vendors must submit their quotations by May 16, 2025, and direct any inquiries to Contract Manager 1st Lt Andrew Gabel at andrew.gabel@spaceforce.mil or Contracting Officer Kristofer Clark at kristofer.clark@spaceforce.mil.
EDAPT IV
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking responses to a Sources Sought Notice for the EDAPT IV contract, which focuses on providing technical services and capabilities for Research and Development (R&D) and Operations and Maintenance (O&M) related to the EDAPT software and associated models. The contract will require expertise in various technical areas, including Oracle database management, model diagnostics, software programming across multiple platforms, and enhancements to existing models to improve performance and incorporate the latest scientific advancements. This opportunity is critical for maintaining and advancing the capabilities of the EDAPT system, which plays a vital role in data processing and modeling for defense applications. Interested contractors should respond with detailed information about their capabilities, including company details and relevant experience, to the primary contact, Ranada Lowe, at ranada.lowe@us.af.mil or by phone at 321-494-9710.
CAPABILITIES FOR CYBER ADVANCEMENT
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals under the Broad Agency Announcement (BAA) titled "Capabilities for Cyber Advancement" to develop innovative technologies aimed at achieving cyber superiority for military operations. This initiative seeks next-generation solutions that can be integrated into warfighting capabilities, focusing on areas such as cloud security, autonomous cyber defense, and trusted hardware. With an estimated funding of approximately $975 million available until December 1, 2025, the BAA will accept initial submissions as white papers, leading to formal proposals by invitation only. Interested parties must comply with eligibility requirements, as participation is limited to U.S.-owned entities, and are encouraged to submit their white papers by specific fiscal year deadlines to align with funding availability. For further inquiries, contact Todd Cushman at afrl.riga.baa@us.af.mil or (315) 330-4895.
DC3 Cyber Academy Training (CTA) Follow-On
Buyer not available
The Department of Defense, through the Air Force District of Washington (AFDW-PK), is planning to award a Firm-Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract for cyber training services aimed at enhancing the capabilities of U.S. Air Force and Department of Defense (DoD) personnel. This contract will focus on providing specialized training in areas such as digital forensics and malware analysis to support the defense of DoD information systems against illegal and unauthorized activities, serving entities like United States Cyber Command and various military cyber components. The contract will span five years, with five one-year ordering periods starting from July 21, 2025, to July 20, 2030, and interested vendors are encouraged to submit their capabilities in writing by April 30, 2025. For inquiries, vendors may contact Contracting Officer Jesica Hunt or Contract Specialist Parris Kennedy via email.
DRAFT:
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is issuing a DRAFT Request for Proposal (RFP) for the development of an All Domain Common Platform (ADCP) Security Cloud Engineering Network Development (ASCEND). This initiative aims to establish a viable solicitation that will enhance the security and functionality of cloud engineering networks across various domains. The services sought are categorized under Custom Computer Programming Services, which are critical for supporting advanced program management and technical operations. Interested parties can reach out to Rosa Krauss at rosa.krauss.3@us.af.mil or call 719-440-6909 for further information regarding this opportunity.
Initial Pilot Training (IPT)
Buyer not available
The Department of Defense, specifically the United States Air Force (USAF), is seeking contractors to support the Initial Pilot Training (IPT) program, which aims to provide preparatory training for at least 2,500 military officers annually. The program requires contractors to administer FAA certifications, including Private Pilot Certificate (PPC), Instrument Airplane Rating (IAR), and Airplane Multiengine Land (AMEL) courses, all to be completed within 139 calendar days per candidate. This initiative is crucial for enhancing military flight capabilities and ensuring that officers are equipped with foundational aviation skills through structured civilian training. Interested parties should contact Justin Haynes at justin.haynes.7@us.af.mil or Jaimee Wilson at jaimee.wilson@us.af.mil for further details, with proposals due by May 8, 2025, as part of the Closed Commercial Solutions Opening (CSO) process.
BROAD AGENCY ANNOUNCEMENT (BAA)- Research and Development (R&D) for Air Force Airbase Systems
Buyer not available
The Department of Defense, through the Air Force Civil Engineer Center (AFCEC), has issued a Broad Agency Announcement (BAA) FA8051-24-S-0001 for research and development focused on Airbase Systems over a five-year period. The procurement aims to advance computational technology and software tools, with specific objectives including the development of code generation, debugging techniques, and software infrastructures to enhance performance in various operational environments. This initiative is crucial for supporting the U.S. Air Force’s mission readiness and technological advancement, with a total funding ceiling of $49 million anticipated across multiple awards. Interested parties should submit white papers demonstrating scientific merit and relevant experience, with contact inquiries directed to Toby L. Carnes at toby.carnes.1@us.af.mil or Nikita Chandiramani at nikita.chandiramani@us.af.mil for further details.
AFTAC Data Operations (Data Ops)
Buyer not available
The Department of Defense, through the Air Force Technical Applications Center (AFTAC), is seeking industry participation for a sources sought notice related to the AFTAC Data Operations (Data Ops) initiative at Patrick Space Force Base in Florida. The objective is to invite submissions of white papers that align with the AFTAC Commercial Solutions Opening (CSO) 2024, specifically focusing on enterprise-wide integration and architecture modernization to support cross-domain data operations. This effort is critical for transitioning from on-premises systems to a cloud environment, enhancing data security, scalability, and operational efficiency. Interested parties are encouraged to submit their white papers following the CSO instructions, with an estimated contract award anticipated around November 2025, and a contract type of Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) with a base ordering period of five years. For further inquiries, contact Lileana Moran at lileana.moran@us.af.mil or David Dike at david.dike.2@us.af.mil.