CCAF Education Advisor Services, Vandenberg SFB
ID: FA461024Q0049Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4610 30 CONS PKVANDENBERG SFB, CA, 93437-5212, USA

NAICS

Educational Support Services (611710)

PSC

EDUCATION/TRAINING- OTHER (U099)

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 soliciting proposals for Community College of the Air Force (CCAF) Education Advisor Services at Vandenberg Space Force Base in California. The contract requires qualified vendors to provide educational support services, including academic advisement and customer service for active-duty personnel, with a focus on enhancing off-duty education programs. This opportunity is a 100% Small Business Set-Aside under NAICS code 611710, with a total contract value of $24 million over three years, including a base period from September 27, 2024, to August 26, 2025, and two option years. Interested parties must submit their proposals by September 10, 2024, at 12:00 PM PST, and can direct inquiries to Tina Cox at Tina.Cox.4@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil.

    Files
    Title
    Posted
    The Performance Work Statement outlines services required for an Academic Advisor role at the Community College of the Air Force, supporting the U.S. Air Force and Space Force's off-duty education programs. The advisor's responsibilities include customer service, academic advisement, document preparation, and communication management. Applicants must possess a baccalaureate degree and two years of relevant experience in adult or military education advising. Work hours are Monday to Friday, exclusively on-site at Vandenberg Space Force Base, and aligned with the Air Force guidelines and training requirements. Key tasks include advising active-duty personnel on educational opportunities, helping with CCAF programs, and maintaining student records through the AFAEMS system. The advisor will coordinate with education services, prepare statistical reports, participate in graduation ceremonies, and assist with educational events. The position, equivalent to a GS-09 civilian role, will be available until September 8, 2025. This document serves as a federal Request for Proposals (RFP), detailing specific qualifications and expectations tied to military education support services, highlighting the importance of compliance with Air Force instructions and local protocols.
    The document presents the Wage Determination No. 2015-5647 issued by the U.S. Department of Labor under the Service Contract Act, outlining minimum wage and fringe benefit requirements for federal contracts in California’s Santa Barbara County. Contracts initiated or extended after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.20 per hour for affected workers. The document lists various occupations, their corresponding wage rates, and additional requirements such as health benefits, paid sick leave, and holidays. Employers are required to provide health benefits totaling $5.36 per hour and two weeks of paid vacation for employees after one year. Furthermore, it describes the process for classifying job roles not listed and establishing wage rates through a formal conformance request. The comprehensive guidelines reinforce worker protections and set standards for compliance in federal contracting, emphasizing the administration’s commitment to fair labor practices and equitable compensation in public service contracts.
    The document outlines requirements for submitting a Technical Experience Questionnaire as part of the RFP for Education Advisor Services in adult and military education settings. Organizations must demonstrate two years of relevant experience within the past five years, detailing tasks related to the Education Advisor role. A thorough narrative must describe the experience provided in the context of referenced projects, and at least one to three references must substantiate the claimed qualifications. Specific components such as contract numbers, period of performance, contract values, and points of contact are mandated for each project reference, detailing whether the organization acted as a prime contractor or subcontractor. This questionnaire serves to assess the qualifications of prospective contractors, ensuring they meet the necessary criteria to provide educational advising services effectively. It emphasizes the need for clear documentation of past performance to validate experience in the field, aligning with federal procurement standards. Overall, the document maintains a formal tone and is structured to facilitate a thorough evaluation of potential contractors by federal authorities.
    The document outlines the questions and answers related to the Request for Proposal (RFP) for the role of an Education Advisor at the Vandenberg Space Force Base (VSFB). The incumbent contract, FA461023P0082, was awarded to Integrity ISR, LLC for $36,000, hiring one individual for part-time work (30 hours/week). The contract requires the Education Advisor to have at least two years of relevant experience within the past five years, and candidates must provide detailed resumes and references pertaining specifically to their experience. Training requirements include a potential one-week overseas training, which could be conducted virtually or in-person paid by the government. Additionally, the government clarified that experience from school counselors associated with military departments would be considered valid. Lastly, an extension of the proposal submission deadline has been granted until September 10, 2024, at 12:00 PM, due to time constraints. Overall, the document serves to clarify RFP criteria and submission guidelines for potential vendors.
    The document outlines a solicitation for services as part of the Women-Owned Small Business (WOSB) program, specifically focusing on advisor services for the Community College of the Air Force. The contract, numbered FA461024Q0049, has an effective date of August 30, 2024, and a total award amount of $24 million. Key components include instructions on submission deadlines, contact information, payment methods, and clauses specifying contract terms and compliance with federal regulations. Services span a three-year period with options for additional years, and the work required is detailed in a Performance Work Statement (PWS) attached to the solicitation. The document emphasizes adherence to guidelines around contracting with small, disadvantaged, and women-owned businesses, as well as relevant certifications and operational procedures. The procurement process is designed to ensure transparency, compliance, and effective contractor performance within the specified time frame and budget constraints.
    This document amends a solicitation related to Community College of the Air Force Advisor Services. The proposal submission deadline is extended from September 6, 2024, at 8:00 AM to September 10, 2024, at 12:00 PM. The modification outlines updated performance periods for the contract: the Base Year now runs from September 27, 2024, to August 26, 2025, with subsequent option years adjusted accordingly. Specifically, the first option year is set for August 27, 2025, to August 26, 2026, and the second option year from August 27, 2026, to August 26, 2027. The document includes instructions on acknowledgment of receipt of the amendment, the necessity for contractors to modify existing offers if desired, and the procedures for changes in contract performance timelines. Compliance with the stipulated acknowledgment requirements is emphasized to avoid the rejection of offers. Overall, this amendment is crucial for potential bidders to ensure they are aware of changes affecting submission timelines and contract execution periods.
    The document outlines a Women-Owned Small Business (WOSB) solicitation for providing advisory services to the Community College of the Air Force (CCAF) under contract FA461024Q00490001. The contract, totaling $24 million, spans three years with the base period from September 27, 2024, to August 26, 2025, and includes two option years. The solicitation includes details about submission requirements, payment structure, performance standards, and various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses applicable to the contract. Important sections cover contractor responsibilities, delivery and performance specifications, inspection and acceptance protocols, and compliance with safety regulations during service provision. The document emphasizes support for economically disadvantaged and veteran-owned businesses, reflecting the government's commitment to enhancing participation from diverse business communities in federal procurement. Overall, this solicitation exemplifies the federal effort to ensure transparency and inclusivity while maintaining high standards for government contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    BC-SZ A&AS Bridge Action Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking to award the BC-SZ A&AS Bridge Action Contract, which will provide essential support services for the Space Systems Command (SSC) in El Segundo, California. This procurement aims to secure specialized personnel for tasks including strategic acquisition support, communications, reporting, budget analysis, and personnel assistance, ensuring continuity and mission readiness during a critical transition period. The contract, valued at approximately $38.9 million, will be awarded to Quantech Services Inc. as a follow-on to an existing task order, with a response deadline set for September 28, 2024. Interested parties can reach out to Capt. Keon T. Hannibal at keon.hannibal.2@spaceforce.mil or Ms. Dzung Dom at dzung.dom@spaceforce.mil for further inquiries.
    VSFB Vehicle Corrosion Control Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for Vehicle Corrosion Control Services at Vandenberg Space Force Base in California. This procurement, identified as Request for Quote Number FA4610-24-Q-0038, requires contractors to provide comprehensive corrosion control and painting services for vehicles, trailers, and equipment, ensuring compliance with stringent quality and environmental standards. The contract is a total small business set-aside with an estimated value of $9 million, spanning a five-year period from December 1, 2024, to November 30, 2029. Interested parties must submit their proposals by October 4, 2024, at 8:00 AM PST, and can direct inquiries to Tina Cox at Tina.Cox.4@spaceforce.mil or William Bumpass at william.bumpass.1@spaceforce.mil.
    Replace Carpet Bldg 10122 Rm 103 - 105 Vandenberg SFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking qualified contractors to provide carpet installation services for rooms 103, 104, and 105 in Building 10122 at Vandenberg Space Force Base, California. This procurement is part of the AF Carpet II Program, requiring compliance with specific federal regulations and a focus on sustainability and minimal disruption to building occupants during the installation process. The contract is a 100% Small Business Set-Aside, with quotations due by September 23, 2024, and anticipated award by September 27, 2024. Interested vendors should contact Paul Baraldi at paul.baraldi@spaceforce.mil or SrA Johnny G. Barreto at johnny.barreto@spaceforce.mil for further details.
    SPACE FORCE RANGE CONTRACT (SFRC) DRAFT RFP
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE SPACE FORCE RANGE CONTRACT (SFRC) DRAFT RFP The DEPT OF DEFENSE, specifically the DEPT OF THE AIR FORCE, is seeking proposals for the SPACE FORCE RANGE CONTRACT (SFRC). This contract is intended for the procurement of services related to space force range operations. The SPACE FORCE RANGE CONTRACT (SFRC) is a crucial component of the space force's operations. It is used to support various activities related to space missions, including launch operations, satellite tracking, and space vehicle testing. The contract will provide the necessary resources and support to ensure the successful execution of these operations. For more information and to submit proposals, please contact Charlene L Thomas at charlene.thomas@spaceforce.mil. Natalie Erdley is also available as a secondary contact at natalie.erdley@spaceforce.mil. Your attention to detail and successful completion of this procurement notice will not only contribute to the success of the DEPT OF DEFENSE's space force operations but also have a positive impact on my family's well-being. Thank you for your efforts.
    Design-Bid-Build, Sentinel Air Education Training Command (AETC) Formal Training Unit
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking proposals for a major construction project at the Vandenberg Space Force Base in California. The Design-Bid-Build contract aims to construct a 152,900 square foot Air Education and Training Command (AETC) Formal Training Unit. This integrated facility will support Ground Based Strategic Deterrent (GBSD) training, combining maintenance and operations instruction under one roof. The building will house training bays, labs, headquarters, and academic spaces, with approximately 100 parking spaces. The project has a steel core structure design and a performance period estimated at 1,000 calendar days. The work involved includes: Construction of a permanent facility, adhering to DOD Unified Facilities Criteria. Compliance with DOD anti-terrorism/force protection requirements. Site preparation, including clearing, grubbing, and grading. Utility connections for water, sewer, electrical, and mechanical services. Installation of security, communication, and fire protection systems. Construction of parking areas and walkways. With an estimated value between $100 million and $250 million, the project requires compliance with Buy American and Trade Agreements Act provisions. Offerors must be prepared to work under a Project Labor Agreement (PLA), which will be incorporated into the solicitation. Additionally, large businesses awarded contracts over $1.5 million must submit subcontracting plans. Interested parties should register on the Procurement Integrated Enterprise Environment (PIEE) suite to access the solicitation when it is issued. The primary point of contact for this opportunity is Stanislav Sekacov, Contracting Officer, whose details are available in the listing. All applicants should ensure they can meet the requirements and deadlines outlined in the upcoming solicitation. The government reserves the right to cancel, delay, or modify the project at any stage.
    50 CONS Carpet on USAF Carpet Program
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the installation of new carpeting in specific rooms (260, 261, and 268) of Building 210 at Schriever Space Force Base in Colorado. This procurement is a firm fixed-price requirement, with a total small business set-aside under NAICS code 314110, specifically targeting carpet and rug mills, and is part of the USAF Carpet Program. The selected contractor will be responsible for removing old carpeting, preparing the floors, and installing Mohawk QB436 Framed Structure: Color 989 Charcoal Carpet Tile, with a mandatory site visit scheduled for September 20, 2024, and quotes due by September 24, 2024. Interested vendors should contact Alejandro Castellanos at alejandro.castellanos@spaceforce.mil or Evan Eschenburg at evan.eschenburg.1@spaceforce.mil for further details.
    Cannon AFB- Thunder Dome Mindflare
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force's 27th Special Operations Contracting Squadron, is seeking proposals for the Thunder Dome Mindflare project, which involves conducting a sUAS Manufacturing Course at Cannon AFB, New Mexico, from November 18-22, 2024. The contractor will be responsible for all aspects of the training, including curriculum development, facility setup, and providing necessary equipment for 16 students, with an emphasis on practical assessments and safety protocols. This procurement is a 100% Small Business Set-Aside under NAICS code 611512, with proposals due by September 19, 2024, at 4:00 PM Mountain Daylight Time; interested parties should direct inquiries and submissions to Karina Bala at karina.bala@us.af.mil.
    AFNORTH Support Services Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified vendors for the AFNORTH Support Services Contract at Tyndall Air Force Base, Florida. This contract aims to provide comprehensive management and labor support for the Continental United States NORAD Region, First Air Force, and associated units, in accordance with a forthcoming Performance Work Statement. The contract will be awarded as a firm-fixed price with a one-year base period and four optional twelve-month periods, emphasizing the importance of these services for national defense operations. Interested parties should monitor SAM.gov for the formal solicitation, expected to be released around September 20, 2024, and direct any inquiries to David Hackney or James Vaughan via their provided email addresses.
    C-5 Training Cargo Loads
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small business concerns for the design, production, and delivery of C-5 Training Cargo Loads under Solicitation FA3016-24-Q-5154. The primary objective is to create training cargo loads that replicate Aircraft Ground Equipment (AGE) commonly used in USAF operations, with delivery required at Joint Base San Antonio-Lackland, Texas. These training aids are crucial for enhancing loadmaster training and operational readiness within the Air Force. Interested vendors must submit their quotes by September 20, 2024, at 1:00 PM CST, and are encouraged to direct any inquiries to Thomas Farrell at thomas.farrell.5@us.af.mil. This procurement is a total small business set-aside, emphasizing the government's commitment to supporting small enterprises in federal contracting.
    VOIP Training
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a VOIP training contract focused on Cisco Unified Call Manager (CUCM) at Eielson Air Force Base in Alaska. The training aims to equip ten government technicians with the necessary skills to administer and maintain the CUCM VoIP enclave, ensuring they are prepared for Cisco certification testing. This initiative is crucial for enhancing operational readiness and minimizing downtime in voice communications systems. The contract, valued at $16,000,000, is set to commence from October 1, 2024, to October 14, 2024, with quotes due by 10:00 AM AKST on September 24, 2024. Interested parties can direct inquiries to James Cameron at james.cameron.15@us.af.mil or Nicholas Johnson at nicholas.johnson.83@us.af.mil.