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
    IT and Telecom
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for IT and telecom services, including help desk support and productivity tools. This procurement aims to streamline the acquisition process for various commodities essential to naval operations, facilitating quicker responses to operational needs through multiple BPAs awarded to qualified vendors. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM) with a valid CAGE Code, with responses due by March 11, 2026. Interested parties can direct inquiries to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, and must include the synopsis number N6833525Q0321 in their correspondence.
    IT- Business Application Software
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to participate in a Blanket Purchase Agreement (BPA) for IT Business Application Software. This procurement aims to streamline the acquisition of commercial items necessary for supporting various naval operations, particularly in Aircraft Launch and Recovery Equipment and Common Support Equipment. The BPA will facilitate the procurement process by allowing multiple vendors to provide supplies and services on an as-needed basis, with individual orders not exceeding $250,000 and a total master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, referencing the synopsis number N6833525Q0321.
    Practitioner e-Learning
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Practitioner e-Learning platform aimed at providing continuous process improvement training, including Lean Six Sigma and project management methodologies, to Airmen and Guardians. The platform must support at least 750 simultaneous users and offer a range of courses from foundational to advanced levels, integrating AI/ML for enhanced interactivity and feedback. This initiative is crucial for enhancing the skills and competencies of military personnel, ensuring they are equipped with current industry methodologies. Proposals are due by December 22, 2025, at 1300 Eastern Time, with questions accepted until December 1, 2025. Interested parties should contact Destinee Narak at destinee.narak@us.af.mil for further information.
    AFLCMC Cloud Productivity Suite Pilot CSO
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking white paper submissions for the Cloud Productivity Suite Pilot (CPSP) Commercial Solutions Opening (CSO). This initiative aims to identify innovative commercial products and services that provide an integrated productivity suite, cloud tenant, and operating system tailored for the Department of the Air Force's IT enterprise, with a focus on secure collaborative platforms and Impact Level 5 (IL5) accreditation. The selected solutions will enhance the operational capabilities of Air Force personnel by ensuring access to reliable and secure IT tools, with individual contracts expected to range from $500,000 to $4,000,000 and performance periods between 1 to 5 years. Interested vendors should submit their white papers by following the detailed instructions provided, and can contact Mason R Worsham or Gage E Egierski for further information. The CSO is open for submissions until November 2026.
    Salesforce follow on FOE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a follow-on contract related to Salesforce services, as indicated in the Justification notice. The procurement aims to continue the development and support of business application software as a service, which is critical for enhancing IT and telecom capabilities within the department. This opportunity is set to take place in Washington, DC, and is essential for maintaining operational efficiency and effectiveness in the Air Force's IT infrastructure. Interested parties can reach out to Capt Richard Snyder at richard.snyder.12@us.af.mil or Kelante Montgomery at kelante.montgomery@us.af.mil for further details regarding the Fair Opportunity Exception and any associated timelines.
    Digital Engineering Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole-source Firm Fixed Price contract for Digital Engineering Services to Dassault Systemes (DS). The procurement aims to secure comprehensive support for the 3D Experience (3DX) application, which includes configuring, customizing, training, and providing full-time equivalent support, essential for advancing digital engineering initiatives and leveraging existing software licenses. The 3DX application serves as a critical product lifecycle management tool that integrates various supporting applications, with a performance period extending from July 2022 to September 2025, funded by RDT&E resources. Interested parties can reach out to Kevin Daigle, Contract Specialist, at kevin.daigle.3@us.af.mil or Melissa Hobley, Contracting Officer, at melissa.hobley@us.af.mil for further inquiries.
    AMDOTS Warranty Justification and Approval
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking justification and approval for the AMDOTS warranty. This procurement is categorized under IT and Telecom platform products, focusing on database, mainframe, and middleware solutions. The goods and services involved are crucial for maintaining operational efficiency and reliability within the Air Force's IT infrastructure. Interested parties can reach out to SSgt Joshua Connelly at joshua.connelly.1@us.af.mil or by phone at 402-294-2883 for further details regarding this opportunity.
    BPA - IT and Telecom PSC 7E20
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for IT and Telecom services, particularly in the areas of help desk support, workspace solutions, and productivity tools. Interested vendors must demonstrate their capabilities and provide a price list, along with at least three past performance references that will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring reliable support services within the Navy, and vendors are encouraged to submit their documentation by April 30 for June awards or by October 31 for December awards. For further inquiries, interested parties can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    BROAD AGENCY ANNOUNCEMENT (BAA)- Research and Development (R&D) for Air Force Airbase Systems
    Dept Of Defense
    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.
    Professional Master's of Manufacturing Leadership Program, IAW PWS dated 07 August 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide a Professional Master's of Manufacturing Leadership Program in support of Robins Air Force Base in Georgia. The procurement encompasses all necessary personnel, equipment, supplies, and services required for training courses, certificate programs, and degree offerings, including graduation materials. This initiative is crucial for enhancing workforce development and management training within the Air Force, with a contract period spanning from January 1, 2026, to December 31, 2030. Interested parties should submit their quotes by December 19, 2025, and can contact Curtis Green at curtis.green.9@us.af.mil or 478-222-3733 for further information.