Transition Assistant (TA) Data Entry Clerk
ID: FA460825QS013Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4608 2 CONS LGCBARKSDALE AFB, LA, 71110-2438, USA

NAICS

Office Administrative Services (561110)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)

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 a contractor to provide Transition Assistant (TA) Data Entry Clerk services at the Barksdale Air Force Base Military and Family Readiness Center in Louisiana. The contractor will be responsible for data entry tasks, including updating attendance records, maintaining program statistics, and assisting with client communications, requiring at least six months of data entry experience and proficiency in Microsoft Office applications. This procurement is crucial for supporting military personnel and their families through efficient data management, with a contract period spanning from July 2025 to July 2030, including multiple option years. Interested parties should submit their quotes electronically to Delores A. Harris by March 26, 2025, and must comply with the specified wage determination and federal contracting regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Combined Synopsis/Solicitation for Commercial Services under solicitation number FA460825QS013, following Simplified Acquisition Procedures specified by FAR 13. It details the requirements for offerors, including registration in the System for Award Management (SAM), submission timelines, and necessary documentation. Offerors are instructed to provide a Technical Plan not exceeding two pages, demonstrating how they will fulfill specific tasks related to data entry, requiring a minimum of six months' experience for data entry clerks. Evaluation criteria prioritize price and technical capabilities, with the lowest three quotes undergoing technical evaluation for compliance with solicitation requirements. The solicitation also incorporates various statutory and regulatory clauses, including stipulations regarding labor standards, equal opportunity, and restrictions on procurement from certain foreign entities. The government reserves the right to award contracts based on initial submissions, favoring those presenting the best overall value while maintaining an option for future contract extensions. This RFP illustrates the government's objective to acquire commercial services with an emphasis on reliable data entry capabilities, compliance with labor standards, and preference for small businesses, reflecting federal policies for promoting fair competition and responsible contracting.
    The Performance Work Statement (PWS) outlines the requirements for a contractor to provide data entry services at the Barksdale AFB Military and Family Readiness Center (M&FRC). The contractor is expected to work Monday through Friday, between 0730 and 1630, handling activities such as updating attendance records for workshops, maintaining Transition Assistance Program statistics, and assisting with client communication. Key qualifications for the contractor include at least six months of data entry experience, proficiency in Microsoft Office applications, and effective communication skills. The document emphasizes adherence to security protocols, including safeguarding government property and compliance with the Privacy Act regarding sensitive information. The government will furnish necessary workspace and equipment to the contractor. The PWS specifies that services will not be required on federal holidays and outlines the roles of both the contractor and government representatives, alongside expectations for professional conduct and organization. The framework provided in the PWS is crucial for maintaining operational effectiveness within the military family readiness context, demonstrating the focus on support for military personnel and their families through efficient data management and service delivery.
    The document outlines a Bid Schedule for providing Transition Assistant (TA) Data Entry Clerks under a government Request for Proposal (RFP). It specifies a total of five line items, detailing required quantities for two-year terms and option years that span from July 2025 to July 2030. Each line item requires bidders to provide pricing for a service period of 12 months. The document emphasizes the necessity for bidders to quote on all Contract Line Item Numbers (CLINs), noting that failure to do so may lead to ineligibility for award consideration. The total cost must also be calculated and presented as part of the submission. This RFP reflects the government's need for data entry support to facilitate operations, ensuring compliance with procurement regulations and standards for grant-funded projects.
    The document is a Wage Determination from the U.S. Department of Labor under the Service Contract Act, outlining minimum wage and fringe benefits for specific occupations in Louisiana. It highlights the minimum wage rates that contractors must pay based on the contract’s effective date, referencing Executive Orders 14026 and 13658. The document specifies that contracts awarded after January 30, 2022, require a minimum wage of at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour unless a higher rate is established. It provides a comprehensive list of job titles along with their respective wage rates for numerous occupations, indicating those that require fringe benefits. The document also establishes health and welfare benefits, paid sick leave requirements under Executive Order 13706, and clarifies the conformance process for unlisted occupations. This Wage Determination is integral for federal contracting, ensuring compliance with wage and labor regulations while defining employment standards for service contracts. Additionally, it addresses specific provisions for hazardous assignments and uniform allowances.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    FMxC2/G081 field maintenance data information system.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking small businesses capable of providing sustainment support services for the FMxC2/G081 field maintenance data information system. The procurement focuses on full lifecycle development and system sustainment, including software design, system architecture, administration, and incident response, utilizing agile methodologies. This opportunity is critical for maintaining operational efficiency within the Air Force, with contract performance anticipated from January 2026 to January 2031, primarily based in Oklahoma City. Interested businesses must possess a Secret Facility Clearance and respond with their capabilities by March 20, 2025, to Chasity Revisky at chasity.l.revisky.civ@mail.mil or Christopher Enriquez at christopher.m.enriquez.civ@mail.mil.
    Trusted Thin Client (TTC) Implementation
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the implementation of a Trusted Thin Client (TTC) system at Robins Air Force Base in Georgia. This initiative aims to facilitate secure access to multiple Secret and Below Interoperability (SABI) networks for up to thirty users, requiring the installation of two TTC Distribution Console servers and comprehensive on-site services including project management, site surveys, and training. The procurement reflects the government's commitment to enhancing secure communication capabilities within military operations, with proposals due by March 18, 2025. Interested contractors should contact Hannah Carreiro at hannah.carreiro@us.af.mil for further details and must adhere to various FAR and DFARS clauses throughout the bidding process.
    Operation Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide operation support at Tyndall Air Force Base in Florida. The procurement involves comprehensive management and labor support, including maintenance of facilities, construction, and assistance with Research Development Test and Evaluation (RDT&E) projects, while ensuring compliance with safety and environmental standards. This opportunity is crucial for maintaining operational readiness and stability at the air base, emphasizing the need for specialized contractors to support diverse tasks such as carpentry, plumbing, and hazardous material management. Interested parties can contact Cleville Yarbrough at cleville.yarbrough@us.af.mil or 850-283-8613 for further details, with the opportunity set aside for 8(a) certified businesses under NAICS code 541990.
    Sports Officials & Scorekeepers
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide sports officials and scorekeepers for intramural and varsity sports activities at Tyndall Air Force Base in Florida. The contractor will be responsible for all labor, materials, equipment, and uniforms necessary to deliver these services, adhering to the requirements outlined in the Performance Work Statement. This procurement is crucial for supporting morale and recreation among Air Force personnel, ensuring that sports events are conducted professionally and safely. Interested small businesses must submit their quotes by March 19, 2025, and direct any questions to SSgt Vaughn Swinton at vaughn.swinton@us.af.mil or by phone at 850-283-8636. The contract is set aside for small businesses under NAICS code 611620, with a minimum wage requirement of $17.75 per hour as per the Service Contract Act.
    Sources Sought for Construction Cost Data Software Online Subscription
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential vendors for a five-year subscription to construction cost data software. The software must provide comprehensive and up-to-date cost data for various construction projects, including residential, commercial, and industrial types, with features such as estimating tools, customizable reporting, collaboration capabilities, and integration with other project management tools. This procurement is crucial for ensuring accurate cost assessments in construction projects at Edwards Air Force Base, CA. Interested vendors are required to submit their company details, experience, software functionalities, and pricing information by March 18, 2025. For inquiries, vendors may contact Christopher Barnes at christopher.barnes.50@us.af.mil or Bianca Garibay at bianca.garibay@us.af.mil.
    HQ AETC IT Support Services
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for IT Support Services at Headquarters Air Education and Training Command (AETC) under solicitation number FA301625R0005. The contract aims to provide comprehensive IT support, including infrastructure management, system administration, and software license oversight for approximately 1,230 users, ensuring compliance with Air Force standards and security protocols. With a total estimated budget of up to $37 million, the contract is set to span from March 29, 2025, to March 28, 2030, emphasizing the federal commitment to enhancing opportunities for economically disadvantaged businesses. Interested parties should contact Michelle Watkins at michelle.watkins.4@us.af.mil or 210-652-0230 for further details and must adhere to the submission guidelines outlined in the solicitation documents.
    T-7 Operational Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide follow-on operational support for two T-7A Engineering and Manufacturing Development (EMD) aircraft at Edwards Air Force Base (EAFB). The primary objectives include comprehensive maintenance support, supply chain logistics management, and ensuring readiness for operational testing and certification over an 18-month period. This opportunity is crucial for maintaining the operational capabilities of the T-7A aircraft, which are essential for military training and operations. Interested firms must respond within 30 days and are encouraged to register in the System for Award Management (SAM) database to be considered for future contracts. For further inquiries, potential contractors can contact Matthew North at matthew.north@us.af.mil or Elijah A. Welenc at elijah.welenc@us.af.mil.
    Defense Automatic Test Equipment (IATE) Augmentation Equipment (DAAE), (DIG), and (REW) Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to provide onsite repair services for Defense Automatic Test Equipment (IATE) Augmentation Equipment (DAAE) at various Air Force bases. The contract aims to ensure the operational readiness of ten B-1B Radio Frequency (RF) DAAE units and seven B-1B Digital DAAE units, requiring contractors to perform testing, evaluation, and repair services to achieve Fully Mission Capable (FMC) status. This procurement is critical for maintaining the functionality of essential testing equipment used in the B-1B Bomber program, with the contract structured as a Firm-Fixed Price and Cost Reimbursement Indefinite Delivery Contract over a base period of 12 months, followed by four optional years. Interested contractors must submit their proposals electronically by April 10, 2025, and can direct inquiries to Andrea Livingston or Audra Brown via the provided email addresses.
    Fleet and Family Support (FFSP) Global Staffing
    Buyer not available
    The Department of Defense, through the Commander Navy Installations Command, is soliciting proposals for the Fleet and Family Support (FFSP) Global Staffing contract, aimed at providing comprehensive support services for military personnel and their families. This Firm-Fixed-Price contract will cover a base year and four option years, focusing on global staffing, remote service delivery, and on-site support, including counseling, education, and crisis intervention, to enhance the well-being and readiness of active duty personnel, retirees, and their eligible dependents. The procurement is critical for ensuring effective implementation of Morale, Welfare, and Recreation (MWR) programs, which play a vital role in supporting military families. Interested parties must acknowledge receipt of the amendment to the solicitation by April 11, 2025, at 1500 Central Standard Time, and can contact Christopher Tullos at christopher.l.tullos.naf@us.navy.mil or Troy Milburn at troy.l.milburn3.naf@us.navy.mil for further information.