Master of Business in Professional Leadership Program, IAW PWS dated 30 July 2025
ID: FA857126Q0033Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- CERTIFICATIONS/ACCREDITATIONS FOR EDUCATIONAL INSTITUTIONS (U010)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide a Master of Business in Professional Leadership Program and related services for the Warner Robins Air Logistics Complex (WR-ALC) at Robins Air Force Base, Georgia. The contractor will be responsible for delivering all necessary personnel, equipment, supplies, and non-personal services to facilitate courses, certificates, and intern housing, including the Fundamentals of Business Aviation Certificate Program and housing for interns participating in the summer internship program. This procurement is crucial for enhancing the professional development of personnel at WR-ALC and is structured as a sole source contract with a 24-month duration. Interested parties can contact Curtis Green at curtis.green.9@us.af.mil or 478-222-3733 for further details, with the anticipated award date set for January 1, 2026.

    Files
    Title
    Posted
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for government contracts to specify data deliverables. It details the requirements for submitting various data items, such as status reports, and outlines the responsibilities for both government personnel and contractors. Key information includes contract line item numbers, data item titles, authority documents, contract references, requiring offices, and submission frequencies and dates. The form also specifies distribution lists for draft and final copies, including contact information for government representatives, contracting officers, buyers, and CORs. Additionally, it provides instructions for contractors on pricing data items based on the effort required for their production or development, categorizing them into four groups (Group I: data not essential to primary effort; Group II: data essential to primary effort with additional work for government conformity; Group III: data developed for internal use with minimal changes for government conformity; Group IV: data from normal operating procedures with minimal effort). The form emphasizes that estimated data prices should only reflect costs directly attributable to the data requirement, excluding any charges for data rights.
    This government file, FA857126Q0032, outlines numerous clauses incorporated by reference and in full text for federal government solicitations, likely an RFP or grant. Key areas covered include requirements related to compensation of former DoD officials, whistleblower rights, safeguarding defense information, prohibition on specific telecommunications equipment and services, and NIST SP 800-171 DoD assessment requirements. It also details restrictions on subcontracting with firms linked to state sponsors of terrorism and business operations with the Maduro Regime and Xinjiang Uyghur Autonomous Region. Other clauses address utilization of Indian organizations, cost principles, electronic payment submissions, and contract modifications. Full text clauses further elaborate on annual representations and certifications, prohibition on covered defense telecommunications equipment, availability of examination documents, requirements for certified cost or pricing data, Wide Area WorkFlow payment instructions, and contract terms for commercial products and services, including various socio-economic programs, labor standards, and environmental regulations. The document specifies instructions for offerors, order limitations, and requirements for supplies or services, highlighting compliance, ethical conduct, and financial transparency.
    This document is a combined synopsis/solicitation (FA857126Q0032) from the Department of the Air Force, Air Force Sustainment Center PZIMB, Robins AFB, GA. It outlines a requirement for a 48-month Indefinite Delivery Contracts (IDC) - Requirements type contract for commercial services. The acquisition is a Single Source Justification for the University of Tennessee, Knoxville, TN, for an Aerospace and Defense MBA Program and an Industrial Operations Leadership, Management, and Strategy Certificate. The NAICS code is 611430, with a $15,000,000 size standard. Quotes were due by December 19, 2025, and the anticipated award date is January 1, 2026. The contract will be Firm Fixed Priced, and proposals will be evaluated based on price and technical factors of equal importance.
    This Performance Work Statement (PWS) outlines the requirements for a contractor to provide training, certificate, and degree programs for the Workforce Development and Training Branch (OBH) at Robins Air Force Base, Georgia. The 48-month continuous ordering period includes an Industrial Operations Leadership, Management, and Strategy Certificate Program and an Aerospace & Defense (A&D) MBA Program. The contractor is responsible for providing all necessary personnel, equipment, and materials. The PWS details procedures for submitting class rosters, payment methods (including Purchase Requests and Government Purchase Cards), and handling
    The provided document is not a government file or an RFP/grant document. Instead, it is a technical message indicating that the user's PDF viewer may not be able to display the document's content. It advises upgrading to the latest version of Adobe Reader and provides links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. This document serves as an error message and troubleshooting guide rather than a substantive government record.
    This document is a wage determination under the Service Contract Act, outlining minimum wages and fringe benefits for various occupations in specific Tennessee counties (Anderson, Blount, Campbell, Grainger, Knox, Loudon, Morgan, Roane, Union). It details hourly rates for administrative, automotive, food service, maintenance, health, and technical roles, among others. Key benefits include health and welfare, vacation accrual based on service, and eleven paid holidays. The document also addresses Executive Orders 13706 and 13658 regarding paid sick leave and minimum wage, respectively, and provides guidelines for conforming unlisted occupations and handling hazardous pay differentials and uniform allowances.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Aerospace & Defense Master of Business Program, IAW PWS dated 21 November 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to establish a 48-month Indefinite Delivery Contract (IDC) for an Aerospace & Defense Master of Business Program, as outlined in the Performance Work Statement (PWS) dated November 21, 2025. The contractor will provide workforce development and training materials, courses, and degree programs to support the Warner Robins Air Logistics Complex (WR-ALC) at Robins Air Force Base, Georgia. This initiative is crucial for enhancing the skills and capabilities of personnel involved in aerospace and defense operations. Interested parties should note that quotes are due by December 19, 2025, with an anticipated award date of January 1, 2026. For further inquiries, contact Curtis Green at curtis.green.9@us.af.mil or Jeff Pruitt at jeffery.pruitt.1@us.af.mil.
    FY26_Notice of Intent to Award Sole Source_Instructional Management and Learning Support Requirement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract to C2 Technologies, Inc. for Instructional Management and Learning Support at Maxwell Air Force Base, Alabama. This contract, which spans a period of seven months from February 19 to September 25, 2026, aims to provide essential management, instruction, and program enhancements for both graduate and undergraduate levels at Air University. Interested parties are invited to submit capability statements by December 18, 2025, to the primary contacts, Samantha Millington and Mark K. Restad, via the provided email addresses and phone numbers, as this notice serves informational purposes only and does not constitute a request for competitive proposals.
    Ambulance Services Robins AFB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide 24-hour emergency ambulance services at Robins Air Force Base (RAFB) in Warner Robins, Georgia. The contract requires the contractor to supply two fully equipped ambulances and personnel for emergency paramedic response, patient transport, in-flight emergency response, and participation in military exercises, adhering to established medical standards and regulations. This service is crucial for ensuring the health and safety of personnel on base, with a contract modification awarded to United Medevac Solutions Inc. valued at $665,585. Interested parties should submit capability statements to the primary contact, Adriana Lytle, at adriana.lytle@us.af.mil, by the specified deadline, as this notice is not a request for competitive proposals.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    MAFT (IFT-R)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide initial and seasoning training for rotary wing aircrew, specifically for Bell 206 pilots. The procurement aims to fulfill the training requirements outlined in the Statement of Work (SOW) dated January 27, 2023, ensuring that Air Force pilots receive the necessary education and technical skills for effective operation of the Bell 206 aircraft. This training is crucial for maintaining operational readiness and enhancing the capabilities of Air Force pilots. Interested parties can contact Kodi Davis at kodi.davis@us.af.mil or by phone at 210-625-6904 for further details regarding this opportunity.
    ACO-P Cyber School course
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ACO-P Cyber School course at Fort Gordon, Georgia, aimed at providing instructional support services for the U.S. Army Cyber School. This contract, designated as W9124926RA003, seeks Women-Owned Small Businesses (WOSB) to deliver Advanced Cyber Operations-Procedures (ACO-P) Labor, with a base period from February 16, 2026, to February 15, 2027, and two additional one-year option periods. The services are critical for enhancing the training capabilities of 17-series personnel in the cyber career field, ensuring they are equipped to address evolving cyber threats. Interested parties must submit their proposals to Mr. Joseph Guss by email by the closing date specified on SF 1449, with all proposals remaining valid for 180 days. For further inquiries, contact Mr. Guss at joseph.e.guss2.civ@army.mil or Ms. Tia Harris at tia.j.harris.civ@army.mil.
    2026 Robins Requirements Symposium -26 March 2026
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is hosting the 2026 Robins Requirements Symposium on March 26, 2026, at the Museum of Aviation in Warner Robins, Georgia. This hybrid event aims to inform industry stakeholders about the future vision and requirements of Robins AFB, facilitating potential business opportunities through presentations from key leaders in the Air Force Life Cycle Management Center and other organizations. The symposium will feature a series of briefings, breakout sessions on various topics, and discussions on acquisition forecasts, ultimately supporting the mission of providing war-winning capabilities. For further details, interested parties can contact Patrick Madan at patrick.madan.2@us.af.mil.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    RTWS Termination- A3A, IAS, & amp; SEF Staff Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking support services for the RTWS Termination project, which involves technical, logistical, and operational assistance for airfields, special use airspace, and ranges managed by the Headquarters Air Combat Command (HQ ACC). The procurement aims to enhance the capabilities of various divisions within HQ ACC, including the Airspace, Ranges, and Airfield Operations Division (A3A), the Resources and Budget Division (A3R), and the International Affairs Security Cooperation (IAS), which collectively support airfield operations, financial guidance, and foreign military sales. This opportunity is crucial for maintaining operational readiness and safety for the 1,100 aircraft under HQ ACC's purview. Interested parties can reach out to Desiree Logan at desiree.logan@us.af.mil or Edward Smith at edward.smith.65@us.af.mil for further information.