EPASS Task Order Phasing Plan
ID: 12-13-2019Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8622 AFLCMC AZS EPASSWRIGHT PATTERSON AFB, OH, 45433-7624, USA
Timeline
    Description

    Special Notice: DEPT OF DEFENSE, DEPT OF THE AIR FORCE is seeking Engineering, Professional, and Administrative Support Services (EPASS) for the Air Force Life Cycle Management Center (AFLCMC). This service is used to acquire Advisory and Assistance Services (A&AS) for AFLCMC, HQ AFMC, and AFIT. Prospective prime offerors must be within the GSA OASIS Small Business pool as indicated on the Task Order Phasing Plan. For more information, please refer to the GSA OASIS website.

    Point(s) of Contact
    Files
    Title
    Posted
    Prospective prime offerors must be part of the GSA OASIS SB pool, which has an ordering period that ends on December 19, 2024. More information can be found at: https://www.gsa.gov/buying-selling/products-services/professional-services/buy-services/one-acquisition-solution-for-integrated-services-oasis.
    EPASS Round Two Task Order Phasing Plan includes details of various government programs and their projected timelines for drafting, finalizing, and awarding task orders. The document also mentions the GSA OASIS SB Pool and the socio-economic set-aside status for each task order.
    The summary of the document is a table with information about the follow-on task orders for various programs. The table includes details such as projected draft FOPR, projected final FOPR, projected proposal receipt, projected award, GSA OASIS SB Pool, and socio-economic set-aside. Completed competitions are indicated in dark green.
    The EPASS Round Two Task Order Phasing Plan outlines the schedule for various task orders, including the projected draft and final FOPR dates, proposal receipt dates, and award dates for each task order. The plan also includes information on the GSA OASIS SB Pool and any socio-economic set-asides for the task orders. The document is last updated on 6 May 2020.
    The EPASS Round Two Task Order Phasing Plan provides projected dates for the draft FOPR, final FOPR, proposal receipt, and award for various programs. The plan also includes information on the GSA OASIS SB Pool and socio-economic set-asides for each task order.
    This document provides a list of upcoming EPASS Fair Opportunity Competitions, including information on the program, projected timelines, and the GSA OASIS SB pool the competition falls under. The document also includes completed competitions highlighted in dark green and mentions that it was last updated on May 9, 2022, with updates in blue font.
    The EPASS Round Two Task Order Phasing Plan includes projected dates for customer kickoffs, draft and final FOPR submissions, proposal receipt, and award for various programs within different directorates. The plan also indicates the GSA OASIS SB Pool and socio-economic set-aside for each task order. Some task orders have specific dates associated with them, while others are marked as "TBD" (to be determined).
    This document provides a phasing plan for the EPASS Round Two Task Orders, outlining the projected draft and final FOPR, proposal receipt, and award dates for each program. The plan includes information on the GSA OASIS SB Pool and socio-economic set-asides for each task order.
    The document provides a list of upcoming EPASS Fair Opportunity Competitions, indicating the projected dates for customer kickoff, draft FOPR, final FOPR, proposal receipt, and award. Only prime offerors in the GSA OASIS SB pool are eligible to participate.
    There are upcoming EPASS Fair Opportunity Competitions for various programs including Business & Enterprise Systems, PEO Digital Directorate, and C3IN Directorate. Potential prime offerors must be in the relevant GSA OASIS SB pools and should refer to the provided link for more information.
    This document is a phasing plan for follow-on task orders in the EPASS program, with each task order assigned a number, program, projected draft, final FOPR, proposal receipt, and projected award dates. The document also includes information on the GSA OASIS SB Pool and the socio-economic set-aside for each task order. Completed task orders are highlighted in dark green. The document was last updated on January 22, 2020.
    The document provides a phasing plan for the EPASS Round Two Task Orders, including projected dates for the draft and final FOPR, proposal receipt, and award, as well as information on the GSA OASIS SB Pool and socio-economic set-asides for each task order. The document also indicates completed competitions in dark green font and provides the last updated date.
    The EPASS Round Two Follow on Task Order Phasing Plan outlines the projected dates for drafting, finalizing, and receiving proposals, as well as the projected award dates for various programs. The plan includes information on the GSA OASIS SB Pool and the socio-economic set-aside for each task order.
    The EPASS Round Two Task Order Phasing Plan outlines the projected draft, final FOPR (Full Operating Capability Release), proposal receipt, and award dates for various programs within different directorates. The plan also indicates the GSA OASIS SB Pool and socio-economic set-aside status for each task order. The document includes completed competitions in dark green and was last updated on September 30, 2020.
    There are upcoming EPASS Fair Opportunity Competitions for various programs, each with projected dates for customer kickoff, draft FOPR, final FOPR, proposal receipt, and award. The competitions require prospective prime offerors to be in the indicated GSA OASIS SB pool. Completed competitions and awarded task orders are indicated in dark green.
    The EPASS Round Two Task Order Phasing Plan outlines the projected dates for draft FOPR submission, final FOPR submission, proposal receipt, and award for each program under the GSA OASIS SB Pool. Completed competitions are marked in dark green.
    The document provides a table listing various FOPR (Federal Operations and Program Requirements) numbers and associated information such as program name, projected dates for customer kickoff, draft FOPR, final FOPR, proposal receipt, and award. It also includes details about the GSA OASIS SB Pool, socio-economic set-asides, prime contractors, and GSA IDIQ (Indefinite Delivery Indefinite Quantity) contract.
    The EPASS Round Two Follow on Task Order Phasing Plan outlines the projected dates for various task orders in different programs. The plan includes the projected draft FOPR, final FOPR, proposal receipt, and award dates for each task order. The plan also indicates the GSA OASIS SB Pool and socio-economic set-aside for each task order.
    Prospective prime offerors for GSA OASIS SB contracts should be in the indicated GSA OASIS SB pool, with more details available at https://www.gsa.gov/buying-selling/products-services/professional-services/buy-services/one-acquisition-solution-for-integrated-services-oasis. The end of the GSA OASIS SB IDIQ ordering period is on December 19, 2024.
    Prospective prime offerors for the GSA OASIS SB pool should visit the GSA website for more information and must be in the pool to be considered. The ordering period for the GSA OASIS SB IDIQ contract ends on December 19, 2024.
    Prospective prime offerors for government contracts must be in the GSA OASIS SB pool. More information can be found at the provided link.
    There are 41 projected contract opportunities and their corresponding timelines and details listed. The contracts range from various programs within different directorates, such as Business & Enterprise Systems, PEO Digital, and C3IN Directorate, with multiple projected kickoff, draft, final, proposal receipt, and award dates. The contracts are mainly under GSA OASIS SB pool and utilize OASIS SB as the GSA IDIQ.
    Prospective prime offerors must be in the indicated GSA OASIS SB pool to participate in the listed opportunities. The table provides information on dates and projected milestones for each opportunity.
    There are 73 programs listed, with information on their projected customer kickoff, draft and final FOPR dates, proposal receipt, award, GSA OASIS SB Pool, socio-economic set-aside, prime contractor, and GSA IDIQ. The table also provides updates in blue font, and completed steps/competitions are indicated in dark green.
    Prime offerors must be in the GSA OASIS SB pool to be considered for the indicated FOPR #.
    Prospective prime offerors for the GSA OASIS SB IDIQ ordering period ending on 19 December 2024 must be in the indicated GSA OASIS SB pool. More information can be found at https://www.gsa.gov/buying-selling/products-services/professional-services/buy-services/one-acquisition-solution-for-integrated-services-oasis.
    There are a total of 84 programs listed, with projected dates for customer kickoff, draft FOPR, final FOPR, proposal receipt, and award. The programs are assigned to different GSA OASIS SB Pools and may have different socio-economic set-asides and prime contractors.
    This document provides a list of upcoming and completed source selection information for various government contracts. The document includes information such as project numbers, program names, projected dates for kickoff, draft and final proposals, and anticipated award dates.
    There are 72 projected program kickoffs and award dates listed in this document for various government contracts under the GSA OASIS SB pool. The completion status and specific contractors involved are not provided.
    There is a list of various programs and their projected timelines for customer kickoff, draft FOPR, final FOPR, proposal receipt, and award. The programs are categorized by program name, FOPR number, GSA OASIS SB Pool, socio-economic set-aside, prime contractor, and GSA IDIQ. Some programs have been cancelled or are still to be determined.
    Prospective prime offerors must be in the indicated GSA OASIS SB pool. The GSA OASIS SB IDIQ ordering period ends on December 19, 2024.
    The document provides a list of future program milestones, including projected dates for customer kickoff, draft and final FOPR, proposal receipt, and award for various programs within the Business & Enterprise Systems Directorate, PEO Digital Directorate, and other divisions. The OASIS SB Pool is the contract vehicle being used for these programs, with most of them being set aside for small businesses.
    To be considered for prime offer, companies must be part of the GSA OASIS SB pool. The ordering period for GSA OASIS SB IDIQ ends on December 19, 2024.
    The table provides a list of government programs and their projected dates for various milestones, such as customer kickoff, draft FOPR, final FOPR, proposal receipt, and award. The programs are categorized under different directorates and contractors, and some programs have specific set-asides for socioeconomic considerations. The table also includes information on GSA OASIS SB Pool and GSA IDIQ. The dates and information are subject to change and pending approval.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    AFLCMC/AZS Sources Sought/Request for Information for FOPR 80 A&AS Services supporting Air Force Institute of Technology
    Active
    Dept Of Defense
    The Department of the Air Force is seeking sources for advisory and assistance services to support the Air Force Institute of Technology (AFIT) through a Request for Information (RFI) under the FA8622 AFLCMC AZS EPASS initiative. The procurement aims to augment existing military and civilian staff with engineering, professional, and administrative support services, focusing on enhancing educational and operational capabilities across various disciplines such as Acquisition, Contracting, and Cyberspace Operations. This opportunity is critical for ensuring effective collaboration with military education programs and maintaining high standards in defense education. Interested contractors should direct inquiries to Brock Bowers at brock.bowers@us.af.mil or Emily Shanks at emily.shanks@us.af.mil, with a total small business set-aside under NAICS code 541330 for Engineering Services.
    Advisory and Assistance Services (A&AS)
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to provide independent technical and management Advisory and Assistance Services (A&AS) in the areas of Geospatial Signatures and Global Exploitation activities at Wright Patterson AFB, Ohio. The objective of this procurement is to support various technical and management issues within the defense and intelligence sectors, particularly in high-fidelity modeling and simulation, operational planning, and data management. This effort is critical for enhancing efficiency across mission areas and has seen an increase in funding for a single-award Blanket Purchase Agreement (BPA) by $30 million, raising the total value to $229.67 million. For further inquiries, interested parties can contact Jason R. Miller at jason.miller@gsa.gov.
    C5M TES- Technical Engineering Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Technical Engineering Services (TES) to support the C-5M Super Galaxy aircraft under contract FA8525-24-R-0001. The primary objectives include providing sustaining engineering services such as conducting engineering investigations, formulating deficiency resolutions, and ensuring the operational readiness of the aircraft through various programs, including the Aircraft Structural Integrity Program (ASIP) and Corrosion Prevention and Control Program (CPCP). This initiative is crucial for maintaining the aircraft's life cycle and operational capabilities, directly impacting the U.S. Air Force's global mobility missions. Interested contractors must have a security clearance of "Secret" and are encouraged to contact Alisha Foster or Erica Martin via email for further details, with the performance period expected to span from July 25, 2024, to July 24, 2029, and a potential six-month extension.
    Engineering Support Services for F-35 Aircraft Store Compatibility (ASC) Engineering Capability
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is conducting a market survey to identify sources capable of providing engineering support services for maintaining F-35 Aircraft Store Compatibility (ASC) engineering capability. The objective of this procurement is to sustain and enhance the organic ASC capability within the Air Force SEEK EAGLE Office (AFSEO), which is critical for testing and analyzing new aircraft/store configurations for the F-35A aircraft. Interested parties are encouraged to submit capabilities statements detailing their expertise in various engineering disciplines, including Physical Fit and Function, Aircraft and Store Loads, and Flutter and Dynamics, among others. For further inquiries, potential respondents can contact Heather Stiles at heather.stiles@us.af.mil.
    Honeywell Engineering Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting engineering services from Honeywell under a sole source opportunity. The primary objective of this procurement is to enhance the operational capabilities and reliability of Air Force weapon systems through specialized engineering, research, and technological support, as outlined in the Performance-Based Work Statement (PWS). This initiative is crucial for maintaining mission-essential services, particularly as Air Force assets age, ensuring the efficacy and safety of military operations. Interested parties can reach out to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Gerald Mosley at gerald.mosley.1@us.af.mil for further details, with proposals due by September 23, 2024, under solicitation number FA8109-24-R-0003.
    Engineering Support Services - Commercial Derivative Aircraft
    Active
    Dept Of Defense
    The Department of Defense is seeking sources for engineering support services related to commercial derivative aircraft, primarily based in Oklahoma City. The focus is on providing recurring and non-recurring engineering services. The former includes systems engineering, evaluations, and integration, while the latter comprises engineering tasks, projects, and assignments. This contract is aimed at supporting the Air Force's engineering inquiries and requirements. The North American Industrial Classification System code is 541330, with a size standard of $47 million. The two broad categories of work are further outlined in Attachment SSS-ESS-24-0001. Qualified vendors will provide a range of services to the government, including systems engineering support, evaluation of modifications, and on-site incident investigations. The contract is expected to be monetarily awarded and will likely be a fixed-price arrangement. Interested parties should reach out to the primary point of contact, Cameron Burton, via email at Cameron.Burton@us.af.mil, for further clarification and questions. Vendors should be prepared to meet the eligibility criteria and submit their applications following the guidelines outlined in the attachment. The deadline for submissions is yet to be determined.
    HQ AFMC/A4N Logistics, IT, & Enterprise Architecture Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Headquarters Air Force Materiel Command (AFMC), is seeking sources for Logistics, IT, and Enterprise Architecture support at Wright Patterson AFB, Ohio. The procurement aims to enhance data management and enterprise architecture within the logistics domain, focusing on integrating IT functions to improve decision-making and operational agility in military operations. This initiative is critical for modernizing Air Force logistics processes and systems, particularly in the context of Great Power Competition. Interested parties must submit a capabilities package by October 26, 2024, demonstrating their expertise and compliance with small business requirements under NAICS code 541519. For further inquiries, contact Dominic McClung at dominic.mcclung@us.af.mil or Lauren Love-Edwards at lauren.love-edwards@us.af.mil.
    Program And Staff Services (PASS) Draft RFP
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM), is seeking proposals for the Program and Staff Services (PASS) under Solicitation Number W911SR-24-R-0001. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract, set aside for small businesses, aims to provide a range of services including human capital management, project management, strategic planning, and risk management, all focused on enhancing capabilities in chemical and biological defense. The contract will last for five years, with a minimum guaranteed order of $2,500, and emphasizes compliance with security protocols and quality control measures. Interested vendors should direct inquiries to Nicholas Granata Jr. at nicholas.granata.civ@army.mil or Sammy B. Solo at sammy.b.solo.civ@army.mil, with all questions due by September 27, 2024.
    Enterprise Collection Planner (ECP)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Enterprise Collection Planner (ECP) software system, which is crucial for the operations of the Air Force Distributed Common Ground System (AF DCGS). This sole source requirement is directed to BAE Systems Information and Electronic Systems Integration Inc., and encompasses sustainment and logistical support services necessary for the continued functionality of the ECP. The contract will have a duration of 18 months, with a potential six-month extension, and proposals must be submitted by 5:30 PM EST on September 30, 2024, with the possibility of requesting an extension if needed. Interested parties can reach out to ShaNellda Harris at shanellda.harris@us.af.mil or Mathew McGhee at mathew.mcghee.3@us.af.mil for further information.
    AFLCMC Armament Directorate Rapid Response (ADRR) Commercial Solutions Opening (CSO) for Innovative Execution
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking commercial solutions for innovative execution for the AFLCMC Armament Directorate Rapid Response (ADRR). This opportunity will be used for specific future requirements at Eglin, AFB FL. The service/item being procured is not specified in the notice, but it may lead to FAR Part 12 or Other Transactions. The Government is not currently seeking proposals and no funding is available at this time. For more information, contact Garet Simmons at Robert.simmons.37@us.af.mil.