Sources Sought - Corporate ANSI/ASSP Membership
ID: FA9401-25-Q-0029Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9401 377 MSG PKKIRTLAND AFB, NM, 87117-0001, USA

NAICS

Professional Organizations (813920)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of the Air Force is seeking potential sources to provide corporate safety membership for 255 Air Force Safety Professionals as part of its planning process. The required membership benefits include access to American National Standards Institute (ANSI)/American Society of Safety Professionals (ASSP) standards, unlimited online training webinars, reduced rates for professional development courses, annual reports on Continuing Education Units (CEUs), a digital copy of the Professional Safety Journal, and opportunities for professional development meetings. This procurement is anticipated to result in a Firm-Fixed-Price contract classified under NAICS code 813920, with a size standard of $23.5 million. Interested businesses are encouraged to submit their capabilities by June 10, 2025, and should direct inquiries to Omar Colón at omar.colon.1@us.af.mil or Kelly Scott at kelly.scott.8@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Kirtland Air Fiesta, scheduled from May 29 to June 1, 2025, requires the provision and setup of magnetometers for efficient touchless security screening by the 377 Security Forces Squadron. This Statement of Work (SOW) outlines the contractor's responsibilities, including delivering, setting up, and dismantling the security systems necessary to screen 2,000 to 4,000 individuals per hour. Key specifications include discriminatory technology to minimize false alarms, configurations for multiple lanes, and portability for temporary setups. Contractors must provide a training outline for their staff and follow strict cleanup protocols. Performance is to be coordinated with MSgt Jaclyn D. Fessler, who will be the point of contact throughout the process. The U.S. Government will provide access to work areas and utilities; however, the contractor is responsible for all materials and equipment. The contract emphasizes quality assurance through government evaluation, ensuring compliance with performance standards throughout the event. Overall, this project demonstrates the government's commitment to maintaining security standards during large public events.
    The document outlines the equipment rental requirements for the CY25 KAFB Airshow, specifically detailing the need for magnetometers to enhance security. It specifies the procurement of three dual lane walk-through magnetometers and one single lane walk-through magnetometer, with a total of seven lanes needed for the event scheduled from May 29 to June 1, 2025. Additionally, the contract includes set-up, tear-down, training, and technician service support for the equipment. It is important to note that the quote is intended solely for the rental of the equipment rather than a purchase. This request reflects the government's commitment to ensuring public safety at large-scale events through effective security measures.
    The Department of the Air Force is soliciting proposals for the rental of magnetometers for the CY25 KAFB Airshow at Kirtland Air Force Base, New Mexico. The Request for Quotation (RFQ) intends to acquire walk-through weapons detection systems capable of processing 14,000 people per hour while minimizing false alarms. The contractor is responsible for providing three dual lanes and one single lane magnetometer, along with training Air Force personnel in the operation of the devices and managing their setup and teardown. This solicitation is exclusively open to small businesses, following regulations set forth in the Federal Acquisition Regulation. Quotes must be submitted by April 18, 2025, with questions directed to designated personnel by April 11, 2025. The evaluation process will focus on technical acceptability and price, aiming to select the most advantageous offer for the government. It is noted that no awards will occur unless funding is secured, with the government retaining the right to cancel the solicitation without reimbursement for costs incurred by offerors.
    This Sources Sought Notice by the Air Force seeks to identify potential sources for providing corporate safety membership for 255 Air Force Safety Professionals. The notice is part of the planning process, aimed at gathering market research without intentions of awarding a contract or compensating respondents. The required benefits of the membership include access to American National Standards Institute (ANSI)/American Society of Safety Professionals (ASSP) standards, online training webinars, reduced rates for professional development courses, annual CEU reports, a digital copy of the Professional Safety Journal, and professional development meetings. The procurement is anticipated to result in a Firm-Fixed-Price contract, classified under NAICS code 813920 with a size standard of $23.5 million. Interested businesses are invited to submit their capabilities by June 10, 2025. The Air Force may consider setting aside some acquisitions for small businesses based on the responses. The document emphasizes voluntary participation and requests for companies to provide their details, including size classifications, while dissuading the submission of proprietary information.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Safety-Integrated Risk Information System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for advisory and assistance services related to the Safety-Integrated Risk Information System (S-IRIS) to enhance aviation safety through the Military Flight Operations Quality Assurance (MFOQA) program. The primary objective is to sustain, develop, and expand the MFOQA program, which involves analyzing flight data to identify potential mishaps and develop mitigation strategies, while also maintaining compliance with cybersecurity and documentation standards. This effort is crucial for proactive aviation safety and will involve collaboration with various Air Force commands, government agencies, and international partners. Interested contractors must submit their responses, including company information and capabilities, by December 23, 2026, at 1600 MDT, and can contact My Cole Robinson or Winter Silva for further inquiries.
    USSF Hiring Events
    Dept Of Defense
    The Department of Defense, specifically the Air Force District Washington (AFDW), intends to award a Sole Source contract to Recruitmilitary, Inc. for the purpose of enhancing outreach efforts to military veterans and transitioning service members regarding employment opportunities with the United States Space Force (USSF). This initiative is crucial for connecting veterans and their families with current and future job prospects within the USSF, thereby supporting their transition into civilian employment. The contract will be executed under Simplified Acquisition Procedures, and interested parties may submit their interest and product information by 4:30 PM E.S.T on December 19, 2025, via email to the primary and secondary contacts provided: Eric L. Moss at eric.moss.3@us.af.mil and Loverna Johnson at loverna.johnson.ctr@us.af.mil.
    Self-Contained Breathing Apparatus (SCBA) Annual Testing
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, North Carolina, is soliciting quotes for the annual testing of Self-Contained Breathing Apparatus (SCBA) equipment. The procurement involves comprehensive flow testing services for MSA G1 SCBA packs, masks, RIT packs, and escape packs, ensuring compliance with NFPA 1852 standards to maintain the safety and operational readiness of critical firefighting equipment. This contract, valued at $19,500,000, includes a base year and four option years, with services scheduled to commence on January 1, 2026, and conclude on December 31, 2030. Interested vendors must submit their quotes via email to the designated contacts by the deadline of December 16, 2025.
    Helicopter Program Office Integrity Programs Sustaining Engineering Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a market survey to identify potential contractors capable of providing sustaining engineering services for the Helicopter Program Office's Aircraft Structural Integrity Program (ASIP), Mechanical Equipment and Subsystems Integrity Program (MECSIP), Avionics Integrity Program (AVIP), and Electrical Wiring Interconnect System (EWIS) for various helicopter models including the HH-60W, MH-139A, TH-1H, and UH-1N. Contractors are expected to demonstrate expertise in rotary-wing structures, mechanical and avionics systems, fatigue analysis, and software development, among other capabilities, to support the ongoing integrity programs. This opportunity is crucial for maintaining the operational readiness and safety of the helicopter fleets, and responses to the Request for Information (RFI) are due by January 7, 2026. Interested parties should direct inquiries to Casey Price at casey.price.3@us.af.mil or Jeanette Jordan at jeanette.jordan.2@us.af.mil for further details.
    SOURCES SOUGHT Air Cylinder Blanket Purchase Agreement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a sources sought notice for a Blanket Purchase Agreement (BPA) to lease 146 air cylinders for use at 15 Missile Alert Facilities and the Missile Facility Maintenance Shop at F.E. Warren Air Force Base in Wyoming. The procurement aims to identify potential sources capable of providing the specified air cylinders, which include models designed for breathing air and other applications, with a focus on compliance with safety and environmental regulations. Interested parties are encouraged to submit capability statements detailing their qualifications and relevant business information to the primary contacts, Michelle Crenshaw and SSgt Rebecca Behne, by the specified deadline. This opportunity is part of the government's ongoing efforts to ensure operational safety and regulatory compliance in support of military operations.
    Survival, Evasion, Resistance, and Escape (SERE) Support Services
    Dept Of Defense
    The Department of Defense, through the Air Force Installation Contracting Center (AFICC) 338th Enterprise Sourcing Squadron, is seeking qualified sources for Survival, Evasion, Resistance, and Escape (SERE) Support Services at Fairchild Air Force Base (AFB), WA, and Joint Base San Antonio (JBSA) – Lackland, TX. The procurement involves providing non-personal services for various SERE training programs, including advanced skills training, water survival, and conduct after capture, with the contract structured as a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) over a four-year base period and a two-year option period. This acquisition is a total Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of performance and technical capability over price in the evaluation process. Interested offerors must register under NAICS code 611519 and submit proposals electronically by the specified deadlines, with the anticipated solicitation release around January 12, 2026. For further inquiries, contact Cameron Fernald at cameron.fernald@us.af.mil or Justin Haynes at justin.haynes.7@us.af.mil.
    SAF/CDM Commercial Solutions Opening
    Dept Of Defense
    The Department of Defense, through the Secretary of the Air Force Concepts Development and Management (SAF/CDM), is soliciting innovative commercial solutions via the Commercial Solutions Opening (CSO) FA7146-21-S-C001. This initiative aims to acquire cutting-edge commercial items, technologies, and services that address defense-related activities and close existing capability gaps, particularly in areas such as countering strategic competitors, Big Data, AI/ML technologies, and emerging cyber technologies. The CSO operates under a two-step process, with White Papers due by September 1, 2026, followed by invited proposals due by September 30, 2026, and anticipates multiple awards with an estimated budget of $100 million. Interested vendors can contact Kevin T. Adams at kevin.adams.20@us.af.mil or (301) 203-4766 for further details.
    Sources Sought for Pilatus PC-12 Pilot Qualification Training
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking sources for Pilatus PC-12 Initial and Recurrent Pilot Qualification Training for its Aviation Safety Inspectors and Aircraft Certification Pilots. The procurement aims to identify vendors capable of providing comprehensive training that meets FAA regulations and congressional mandates, including ground school and flight training, with adherence to specific guidelines outlined in the Performance Work Statement (PWS). This training is critical for ensuring that FAA personnel achieve an unrestricted type rating on the PC-12 aircraft, which is essential for maintaining aviation safety standards. Interested vendors must submit their capability statements by 5:00 p.m. CT on January 9, 2026, to Shelley Howard at shelley.a.howard@faa.gov, as the FAA evaluates potential competition for this contract.
    Spatial Disorientation CLS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking Contractor Logistics Support (CLS) for the Spatial Disorientation (SD) training systems utilized in pilot training across multiple Air Force bases. The procurement aims to sustain and enhance the functionality of five existing Gyro Integrated Physiological Trainer (IPT) devices, which are critical for training pilots to recognize and manage spatial disorientation during flight. This training is essential for ensuring pilot safety and operational effectiveness, as it exposes them to typical vestibular and visual illusions encountered in aviation. Interested parties should note that responses to the Request for Information (RFI) are due by January 16, 2026, with the anticipated contract starting in January 2027, structured as a Firm Fixed Price for a base year and five option years. For further inquiries, contact Pamela K. Randall at pamela.randall.1@us.af.mil or John Bowers at john.bowers.7@us.af.mil.
    14459 - Anchor Points Follow-On
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal services for anchor points and fall protection at Hill Air Force Base in Utah. The procurement involves comprehensive inspections and recertifications of anchor points, rails, trolleys, and associated hardware, along with minor repairs during recertification, as outlined in the Performance Work Statement. These services are critical for ensuring safety and compliance with regulations at the U.S. Air Force's Ogden Air Logistics Complex and Utah Training & Test Range. Interested small businesses must contact Hugo Ruano Gutierrez or Lelauni Jenkins for further details, with proposals due in accordance with the solicitation timeline.