432 SPTS/CE Utility Monitoring Control Systems (UMCS) System Administrator (SA)
ID: FA486125R0020Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

Other Computer Related Services (541519)

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 proposals for a System Administrator (SA) to manage the Utility Monitoring Control Systems (UMCS) at Creech Air Force Base. The SA will be responsible for maintaining, securing, and troubleshooting the UMCS infrastructure, ensuring compliance with Department of Defense directives, and providing technical support, with a strong emphasis on cybersecurity practices. This contract, valued at $34 million, is set for a firm-fixed price arrangement over multiple 12-month option line items from July 1, 2025, to June 30, 2030, with proposals due by July 14, 2025, and questions accepted until June 16, 2025. Interested parties should contact TSgt Kaitlin Hassman at kaitlin.hassman@us.af.mil or call 702-404-2338 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the responsibilities and qualifications required for a System Administrator (SA) for the Utility Monitoring Control Systems (UMCS) at Creech Air Force Base. The SA will be tasked with maintaining, securing, and troubleshooting the UMCS infrastructure, ensuring reliable operation and compliance with Department of Defense (DoD) directives. Key objectives include system maintenance, security management, user access control, performance monitoring, and technical support. The SA will conduct system backups, document configurations, and develop cybersecurity policies, while also serving as a Subject Matter Expert for UMCS-related projects. Deliverables include quarterly performance reports and training materials for staff. The position requires relevant educational qualifications and professional certifications in cybersecurity. Compliance with federal, state, and local regulations is essential, with oversight limited to the designated contracting officer. This SOW emphasizes the importance of robust cybersecurity practices, consistent monitoring, and technical support in managing the UMCS at Creech AFB.
    The document outlines a Request for Proposal (RFP) concerning the role of a System Administrator requiring specific qualifications and conditions. The position is confirmed as Service Contract Act (SCA) exempt, with secret clearance mandatory for work fulfillment. Overtime is limited to 20 hours annually, applicable only during emergencies. Proposals will be assessed for technical acceptability on a clear Acceptable/Unacceptable basis, with no current incumbents to this contract. The System Administrator will work 40 hours quarterly, totaling 160 hours per year, and is not a full-time role. Submission does not have a strict format, but resumes and technical approaches will be evaluated. The contractor must demonstrate proficiency in Metasys and must be a U.S. citizen. Presently, funding is not available for this contract, allowing for the potential cancellation of the RFP. The document emphasizes requirements surrounding software licenses and proprietary issues, ensuring compliance with acquisition regulations. These specifications highlight the rigor and expectations tied to the role, as well as the stringent evaluation methods for proposals received.
    The document is a solicitation for a Women-Owned Small Business (WOSB) contract with the U.S. government, specifically for a System Administrator (SA) for Creech's Utility Monitoring Control Systems (UMCS). With a total award amount of $34,000,000, this acquisition is set for a firm-fixed price arrangement over multiple 12-month option line items, spanning from July 1, 2025, to June 30, 2030. The designated contracting officer is Kaitlin Hassman, with specific instructions for submission of invoices and requirements for performance outlined through various federal regulations. The contract emphasizes compliance with Federal Acquisition Regulations (FAR) and incorporates several clauses including specifications on employment rights, labor standards, and small business regulations. These measures highlight the government’s aim to support WOSBs in fulfilling critical service requirements while ensuring adherence to fiscal and ethical standards within the procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Defensive Cyber Operations (DCO) Hunt & Clear (HAC) 1.5
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide support for Defensive Cyber Operations (DCO) through the Hunt & Clear (HAC) 1.5 initiative. This contract action is a direct award under the GSA OASIS IDIQ and aims to assist the 33rd Cyber Operations Squadron in executing its mission related to Air Force Defensive Cyberspace Operations, which is critical for supporting unified commands and their combatant commanders. The performance will take place at Joint Base San Antonio (JBSA) Lackland in Texas, and interested parties can reach out to Tara N. White at tara.white.8@us.af.mil or Kaela Bean at kaela.bean@us.af.mil for further inquiries. The contract details and funding specifics are outlined in the associated documentation.
    JRE Help Desk
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Science Applications International Corporation (SAIC) for Joint Range Extension (JRE) help desk support and sustainment services. The procurement is justified under FAR Part 13, citing SAIC as the only responsible source capable of fulfilling the requirements for the JRE-3081, JRE-3171, JRE-3172, and JRE-13240 systems. This contract is crucial for maintaining operational readiness and support for the Air Combat Command's systems. Interested parties who believe they can meet these requirements are invited to submit a capability statement to SSgt Tierra Brown at tierra.brown.1@us.af.mil by September 9, 2025, at 4:00 PM ET, as late submissions will not be considered.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    Vulnerability Disclosure Program (VDP) Enterprise Management System (EMS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Vulnerability Disclosure Program (VDP) Enterprise Management System (EMS) to support its Cyber Crime Center (DC3). The procurement aims to secure a commercial solution that includes vulnerability submission workflows, researcher engagement tools, and advanced reporting capabilities for both the DoD and Defense Industrial Base (DIB) VDPs. This initiative is crucial for enhancing the security of the DoD Information Network and leveraging crowdsourced cybersecurity expertise. Proposals are due by January 9, 2026, at 1600 EST, and interested parties should direct inquiries to Phelicha Silva at phelicha.silva@us.af.mil or Ryan Amos at ryan.amos.5.ctr@us.af.mil. Please note that funding for this contract is contingent upon the availability of appropriated funds.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    Common Data Entry Electronic Unit (CDEEU)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Common Data Entry Electronic Units (CDEEU) and associated components, primarily for F-16 aircraft, under solicitation FA8251-26-R-0002. The contractor will be responsible for testing and repairing various National Stock Number (NSN) items to a serviceable “A” condition, adhering to OEM specifications and ISO 9001-2015 quality standards, with deliveries expected to commence 30 to 60 days after receipt of assets. This procurement is critical for maintaining the operational readiness of F-16 avionics, ensuring that essential components are restored to functionality. Interested contractors should contact Piper Martin at piper.martin@us.af.mil or Jesse Baird at jesse.baird@us.af.mil for further details, and are encouraged to review the solicitation documents for specific requirements and deadlines.
    B1654 Command Post Console Move
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the B1654 Command Post Console Move project, which involves the relocation and reinstallation of integrated control system equipment for the 301st Command Post at a newly renovated facility. This project aims to enhance communication capabilities essential for responding to national crises and improving operational training through the Unify System, which provides a user-friendly interface for duty controllers. The requirement continues the efforts previously undertaken by MCS of Tampa, Inc., who disassembled and relocated the communication equipment, and interested parties can reach out to Todd Benner at todd.benner@us.af.mil or Jerry E. McTyre at jerry.mctyre.2@us.af.mil for further details.
    Military & Family Readiness Technician/Front Desk Administrator
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Military & Family Readiness Technician/Front Desk Administrator to support the Transition Assistance Program (TAP) at RAF Lakenheath, United Kingdom. The contractor will provide essential administrative assistance, including disseminating information about the TAP process, tracking services for separating service members, and maintaining data in the Air Force Family Integrated Results Statistical Tracking (AFFIRST) system. This program is crucial for aiding service members and their families during their transition, ensuring they receive the necessary support and resources. Proposals are due by January 9, 2026, with the contract expected to span a base year and four optional years, from January 30, 2026, to January 29, 2031. Interested parties can contact SrA Mariah French at mariah.french@us.af.mil or Alyanna Parsons at alyanna.parsons@us.af.mil for further information.
    ESCAPE SaaS Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the Enterprise Supply Chain Analysis Planning & Execution (ESCAPE) Software as a Service (SaaS) Follow-on Contract. The primary objective is to procure a product contract that focuses on providing PTC Service Parts Management (SPM) SaaS capabilities for IL5 and IL6, along with additional services for training, analysis, configuration, and Tier 1-3 help desk support. This initiative is crucial for enhancing the Air Force's supply chain management capabilities and ensuring efficient operations. Interested parties are encouraged to respond by 4:00 PM Central Time on December 19, 2025, and should direct inquiries to Matthew Tonay at matthew.tonay.1@us.af.mil or Megan Donaghe at megan.donaghe@us.af.mil.
    Mission Video Distribution System (MVDS) Services
    Dept Of Defense
    The Department of Defense, specifically the Air Combat Command (ACC), is seeking industry sources for the Mission Video Distribution System (MVDS) Services, with a focus on providing engineering and technical support for the HQ 9th Air Force (Air Forces Central). The procurement aims to ensure the availability and operational support of the MVDS, which is critical for military operations within the United States Central Command (USCENTCOM) Area of Responsibility, including on-site support at Shaw Air Force Base in South Carolina and Al Udeid Air Base in Qatar. Interested parties must demonstrate their capability to meet the requirements, including software development, system engineering, and compliance with security standards, while adhering to government regulations. Responses are due by January 6, 2026, at 2:00 PM EST, and inquiries should be directed to Scott D. Bedford or Nicholas Bachman via email.