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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Air Force Test and Analysis Tool (AFTAT) Information Technology (IT) Program Update to STARLIMS Technology Platform 12.7 and Conversion to a Full HTML 5 Interface
    Buyer not available
    The Department of the Air Force is seeking proposals for the Air Force Test and Analysis Tool (AFTAT) Information Technology program, which involves updating the STARLIMS technology platform to version 12.7 and converting its interface to a full HTML5 format. The objective of this procurement is to enhance data accessibility and operational efficiency by upgrading the existing AFTAT system, which currently relies on an outdated interface that limits usability. This initiative is critical for providing real-time data for aviation operations, and vendors must demonstrate experience with AFTAT and STARLIMS, including a requirement for 500 direct labor hours for staff involved in the project. Interested parties should contact Meredith Setterfield at meredith.setterfield@us.af.mil or Richard T. Saltsman at richard.saltsman@us.af.mil for further details, as the project is set aside for small businesses and will require on-site support at Wright-Patterson AFB, Ohio.
    AFGSC Electronic Technical Order Client Device and Technical Library Sustainment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the sustainment of the AFGSC Electronic Technical Order Client Device and Technical Library. This procurement aims to provide support for ruggedized laptops and tablets used across multiple Air Force bases, ensuring access to technical orders and maintenance data from March 28, 2025, to March 27, 2030. The services required include functional system administration, technical library custodianship, maintenance, troubleshooting, and compliance with established protocols, which are critical for maintaining operational readiness within the Air Force Global Strike Command. Interested small businesses must submit their proposals, including technical capabilities and past performance information, by the specified deadline, and can contact Capt Natalie Norlock at natalie.norlock@us.af.mil or 937-443-1575 for further details.
    Headquarters Air Force Administrative Support Service for the Secretary of Defense Business Transformation Office (SAF/AM)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide administrative support services for the Secretary of Defense Business Transformation Office (SAF/AM) through a Sources Sought notice. The procurement aims to establish a Blanket Purchase Agreement (BPA) for non-personal services, including acquisition support, administrative assistance, and secretariat functions, primarily at the Pentagon. These services are critical for enhancing operational efficiency within the Air Force and Space Force, ensuring that high-quality support is delivered in alignment with military standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) should contact Tyler Bender at tyler.bender.2@us.af.mil or Sheryl King at sheryl.king@us.af.mil for further details, as proposals will be evaluated based on a best-value approach focusing on technical and pricing metrics.
    USAF Fiscal Year 2025 Mentor Protege Program Open Call
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is issuing an Open Call for its Fiscal Year 2025 Mentor-Protégé Program (MPP) aimed at enhancing the capabilities of small businesses to perform under DoD contracts. The program seeks to establish partnerships between Mentor Firms and Protégé Firms, focusing on providing technical and business support to foster small business participation in federal contracts, particularly for Historically Black Colleges and Universities (HBCUs) and Minority Serving Institutions (MSIs). Interested parties must submit a Tentative Agreement Package, including a comprehensive needs assessment and developmental assistance approach, by January 31, 2025, with funding requests potentially reaching up to 25% of the Protégé's annual budget. For further inquiries, contact Moira X. McLaughlin at Moira.McLaughlin.1@us.af.mil or 703-304-8961.
    Integrated Project Management, Knowledge Management, and Service Management for Unified Platform
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center, is seeking information on integrated project management, knowledge management, and service management solutions for its Unified Platform Infrastructure Value Stream. The objective is to identify software systems that can enhance cloud-based cyber operations while ensuring compliance with Department of Defense cybersecurity standards and providing comprehensive training and support. This initiative is crucial for improving operational efficiency and aligning with the Air Force's strategic objectives in project and service management. Interested parties are invited to submit their responses to the Request for Information by March 18, 2025, and should include relevant details such as contract vehicles, CAGE, and DUNS numbers. For further inquiries, contact Karin Werner at karin.werner.1@us.af.mil or William Vallee at william.vallee.1@us.af.mil.
    Army Training and Leadership Development
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is seeking vendors to support the Army Training and Leadership Development (ATLD) program through a Request for Information (RFI). The objective is to identify capable organizations that can provide programmatic support, guidance for leader development initiatives, and management of training resources, which are critical for large-scale combat operations and effective leader development. This procurement is vital for ensuring the Army's preparedness through efficient training management and resource utilization. Interested parties are encouraged to submit a capabilities statement by contacting Kelsey Thomas at kelsey.l.thomas13.civ@army.mil or Abosede Olasupo at abosede.o.olasupo.civ@army.mil, with the anticipated contract period beginning in May 2025, encompassing one base year and four option years.
    TLD America Technical Data & Provisioning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources to provide technical data and spares provisioning for flightline environmental units from TLD America, Inc. This initiative involves a Contractor Capability Survey aimed at identifying contractors capable of producing detailed Air Force Commercial Technical Manual documentation that meets U.S. Air Force standards, exceeding publicly available user manuals. Interested contractors, including small businesses, are encouraged to submit their qualifications, relevant experiences, and any teaming arrangements by March 20, 2025, to demonstrate their capabilities. For inquiries, interested parties may contact Robert Jackson at robert.jackson.62@us.af.mil or Kimberly Petty at kimberly.petty.2@us.af.mil.
    IT EQUIPMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide IT equipment under Solicitation Number FA2823-25-Q-A010. The procurement aims to acquire multi-purpose electronic devices, including display, audio, and video equipment, to enhance technological capabilities at Eglin Air Force Base, Florida, while adhering to federal standards such as Information Assurance protocols and Energy Star guidelines. This initiative emphasizes the use of Commercial-Off-The-Shelf (COTS) products that meet specific security certifications, with a firm-fixed price purchase order expected to be awarded based on best value criteria, including technical capability and past performance. Interested vendors must register in the System for Award Management (SAM) and submit their proposals, ensuring delivery within 60 days of order receipt, with any delays promptly communicated. For further inquiries, potential offerors can contact Naomi Letting at naomi.letting@us.af.mil or Brittany Linthicome at brittany.linthicome@us.af.mil.
    Depot Maintenance Software
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Depot Maintenance Software through a Special Notice. This procurement aims to acquire software solutions that will enhance the efficiency and effectiveness of maintenance operations within the Air Force logistics framework. The software is critical for managing and streamlining depot maintenance processes, ensuring that aircraft and equipment are maintained to the highest standards. Interested vendors should reach out to William Blunk at william.blunk.3@us.af.mil or Corey Davis at corey.davis.28@us.af.mil for further details regarding the opportunity.
    AERIAL LAYER NETWORKING & TRANSMISSION TECHNOLOGIES
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking innovative proposals under the Broad Agency Announcement (BAA) FA8750-23-S-7002 for advancements in aerial layer networking and transmission technologies. The objective is to develop self-forming and self-healing networks that enhance airborne connectivity and interoperability, particularly in contested environments. This initiative is crucial for improving the Air Force's operational capabilities and ensuring robust network management in various operational contexts. Interested parties must submit white papers by September 30, 2027, with approximately $99.5 million in funding available for multiple awards ranging from $1 million to $10 million. For inquiries, contact Peter Fitzgerald at peter.fitzgerald.1@us.af.mil or Amber Buckley at amber.buckley@us.af.mil.