Cannon AFB- Thunder Dome Mindflare
ID: FA485524Q0067Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4855 27 SOCONS LGCCANNON AFB, NM, 88103-5321, USA

NAICS

Flight Training (611512)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a contractor to provide a small Unmanned Aircraft Systems (sUAS) Manufacturing Course at Cannon AFB, focusing on the integration of AI into sUAS platforms. The contract spans 5 consecutive days, requiring the contractor to handle facility prep, instructional materials, and provide specialized equipment for 16 students. Key training areas include sUAS fundamentals, radio control, battery safety, soldering techniques, drone operation, programming, and applying custom AI to manufactured drones, aimed for at least 90% retention among students in core topics. The contractor is responsible for ensuring compliance with security protocols, maintaining records, and providing an interpreter if needed. The government will not supply any equipment or services outside a designated classroom. This PWS reflects a commitment to enhance technical capabilities within the military through advanced training in sUAS manufacturing and AI application.
    The Performance Work Statement (PWS) outlines the requirements for conducting a sUAS Manufacturing Course at Cannon AFB from November 18-22, 2024. The contractor is responsible for all aspects of the training, including management, facility setup, curriculum development, and supplying necessary equipment for 16 students. The course aims to educate participants on sUAS design, programming, and application of AI in their creations, ensuring that at least 90% of the participants can recall and apply the knowledge gained. Contractor personnel must be available daily from 0800-1700, adhering to security protocols and conducting training in a safe environment. The document emphasizes the importance of proper training on battery safety, soldering techniques, and drone operation, with a focus on practical assessments. All required materials must be approved by a designated Air Force contact. Furthermore, the contractor is responsible for maintaining records and developing a safety plan, while the U.S. Government will provide only the teaching space necessary for the course execution. This PWS reflects the government's commitment to enhancing the skills of personnel in advanced technology sectors like sUAS.
    The Performance Work Statement (PWS) outlines the requirements for a contractor to conduct an sUAS Manufacturing Course at Cannon Air Force Base. The contractor is tasked with providing comprehensive training over five consecutive days, focusing on manufacturing, operating, and programming small Unmanned Aircraft Systems (sUAS), as well as integrating artificial intelligence (AI) models. The course is scheduled for September and November 2024, with the potential for a six-month extension. Key responsibilities include preparing training facilities, managing equipment inventory, developing curriculum, and conducting hands-on instruction. The contractor must supply a list of specific equipment to 16 students, such as sUAS frames, motors, and control systems. Training goals include ensuring at least 90% of students understand sUAS concepts, battery safety, and drone programming. The PWS emphasizes compliance with security requirements, conduct standards, and record-keeping obligations. Additionally, the contractor may need to provide an interpreter if necessary. The document stresses that the government will offer no additional equipment or support beyond classroom space as the contractor executes their obligations, ensuring a focus on skill and knowledge transfer in the specialized field of sUAS manufacturing and AI integration.
    The Performance Work Statement (PWS) outlines the requirements for a contractor to provide an sUAS (small Unmanned Aerial Systems) Manufacturing Course at Cannon Air Force Base from November 18 to 22, 2024. The contractor will be responsible for managing the course, including curriculum development, classroom preparation, and providing necessary tools and materials for 16 students. Training will cover various topics such as sUAS design, AI integration, and operational safety, aiming for at least 90% student proficiency in key areas. Students will learn about basic sUAS concepts, radio fundamentals, battery safety, soldering techniques, and both manual and autonomous flying. The government will only provide a classroom space, while all other resources must be supplied by the contractor. Security requirements include background checks and adherence to local policies. The PWS emphasizes the commitment to a safe and effective training environment, ensuring compliance with Department of Defense regulations. This document serves as part of a federal RFP aimed at enhancing military training capabilities through specialized educational programs.
    The document outlines the contract administration details related to federal and defense acquisition regulations, specifically focusing on payment submission procedures via the Wide Area Workflow (WAWF) system. Key clauses, including requirements for electronic payment requests (DFARS 252.232-7003) and detailed instructions for using WAWF (DFARS 252.232-7006), are highlighted. Contractors must ensure proper registration in the System for Award Management (SAM) and follow specific training protocols for submitting invoices, which vary depending on contract types, such as cost-type or fixed-price. Additional clauses emphasize compliance with various laws, including those related to labor standards and cybersecurity, while providing information on the flow-down requirements to subcontractors. The document also includes details on the responsibilities of contractors regarding health and safety on government installations and the importance of obtaining necessary access credentials. This comprehensive overview serves to facilitate regulatory compliance and streamline billing processes in government contracting, reflecting adherence to federal standards while enhancing operational efficiency in contract execution.
    The document outlines a series of federal and state RFPs (Requests for Proposals) and grants aimed at various projects and services across multiple sectors. It emphasizes the importance of these proposals in enabling government agencies to acquire necessary goods and services while ensuring compliance with regulatory frameworks. Key aspects include budget allocations, eligibility criteria for applicants, required documentation, and deadlines for submission. The proposals cover a range of topics, including infrastructure development, environmental assessments, healthcare provision, and technology upgrades. Each section identifies central ideas such as project objectives, anticipated outcomes, and evaluation criteria, designed to foster transparency and competition among bidders. Moreover, it highlights the significance of adherence to federal and state regulations during project execution, underlining the government's commitment to maintaining standards and promoting public welfare. This document serves as a crucial reference for potential applicants and stakeholders, detailing essential information needed to navigate the RFP process effectively. It reflects the government's intention to engage with the private sector to enhance public services and facilitate community development through strategic investment of resources.
    The Department of the Air Force's 27th Special Operations Contracting Squadron issued Amendment 0005 for Request for Quotation (RFQ) FA485524Q0067 regarding Unmanned Aircraft Systems (UAS) training. The amendment extends the submission deadline from September 16 to September 19, adjusts the questions due date to September 17, modifies delivery instructions to specify Cannon AFB, and updates the performance work statement to the latest version. This RFQ is a 100% Small Business Set-Aside, associated with NAICS code 611512, and requires offers to include both Price and Technical Exhibits. Evaluation will initially rank quotes based on cost, followed by a technical assessment of the three lowest offers, with awards going to the lowest-priced technically acceptable quote. A written notice of acceptance will constitute a binding contract. All submissions must be sent via email to designated points of contact and must meet regulatory requirements outlined in FAR provisions. This procurement reflects the Air Force's commitment to developing UAS training capabilities, ensuring compliance with specific standards and requirements.
    The Department of the Air Force has issued a Request for Quotation (RFQ) for Unmanned Aircraft Systems (UAS) training under solicitation number FA485524Q0067. This combined synopsis/solicitation is set aside for 100% small businesses, with a North American Industry Classification System (NAICS) code of 611512 and a size standard of $34 million. The RFQ is outlined with a timeline for submissions: questions are due by August 29, 2024, and quotes must be submitted by September 6, 2024, at 4:00 P.M. Mountain Daylight Time. The evaluation process will rank quotes based on cost before assessing technical acceptability, awarding the contract to the lowest priced, technically acceptable vendor. Requirements include proof of technical capability, financial responsibility, and compliance with the specified training requirements. Additionally, vendors must be registered in the System for Award Management (SAM) to be considered for the award. The document emphasizes the government's discretion to cancel the solicitation or not make an award if funds are unavailable. This procurement reflects the Air Force's initiative to enhance training operations while adhering to federal contracting standards.
    The document outlines a set of questions and answers regarding a federal training project, which is confirmed to be a new initiative without prior award numbers. The key points include that the current training session is a singular five-day event set for November 18-22, 2024, with no additional training sessions planned at this time. Additionally, the deadline for proposals has been extended to September 16, alleviating concerns about missing the application timeline. However, a request for a 50% upfront payment due to high initial equipment costs was denied, indicating a strict adherence to payment terms. Overall, this document addresses concerns from potential contractors and clarifies the framework for the upcoming training requirement under government solicitation processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Cannon AFB - Melrose Air Force Support Contract
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Cannon AFB - Melrose Air Force Support Contract, which focuses on operations, maintenance, and support services at the Melrose Air Force Range (MAFR) in New Mexico. The contract aims to provide comprehensive services including training range operations, facility maintenance, electronic warfare support, and emergency medical services, with a base period of 60 months starting December 1, 2025, and options for extensions. This procurement is crucial for maintaining military readiness and operational efficiency, with an estimated budget of approximately $47 million structured as a firm-fixed-price contract. Interested small businesses are encouraged to participate, and proposals must be submitted electronically by April 11, 2025, with inquiries directed to Patricia Thatcher at patricia.thatcher@us.af.mil or Michael Boyd at michael.boyd.9@us.af.mil.
    Master Mechanic Class
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for a 5-Day Master Mechanic Course along with associated tool kits, aimed at enhancing the operational capabilities of its personnel. The procurement requires the course to be conducted within 300 miles of Hurlburt Field, Florida, from March 10-14, 2025, and includes the provision of a 25-Piece Operator Tool Kit and a 54-Piece Master Tool Kit. This initiative supports small business participation, as it is set aside for total small business competition, and emphasizes compliance with federal regulations. Interested vendors must submit their written quotes by March 7, 2025, and can contact Shawn Fogle at shawn.fogle@us.af.mil or Ryan McCauley at ryan.mccauley.4@us.af.mil for further information.
    FY25 365th TRS Alpha Warrior Quad Bunker
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the acquisition of an Alpha Warrior Quad Bunker Training Facility, specifically designed to enhance physical training capabilities for the 365th Training Squadron at Sheppard Air Force Base in Texas. The project entails the engineering, furnishing, installation, and testing of a facility that includes four to six modified conex units, specialized fitness equipment, and necessary infrastructure, with a total area of approximately 5,600 square feet. This initiative is part of a broader effort to modernize training facilities for Air Force personnel, emphasizing sustainability and improved fitness training. Proposals are due by March 19, 2025, at 10:00 AM CDT, and interested vendors should direct inquiries to Casey Adams or Jamie Long before March 12, 2025. This opportunity is set aside for small businesses under the NAICS code 339920, and while funding is not currently available, the government reserves the right to cancel the solicitation without obligation for reimbursement of proposal costs.
    Cannon AFB SnapOn Tools
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals from small businesses for the procurement of Snap-On brand tools and toolboxes, as outlined in solicitation number FA485525Q8005. This opportunity is specifically set aside for small businesses under NAICS code 332216 and includes a variety of toolkits such as Hydro, Avionics, and Engine toolkits, which are essential for technical and maintenance tasks within the Air Force. Proposals are due by March 12, 2025, and vendors must submit their quotes via email, adhering to federal acquisition regulations and ensuring registration in the System for Award Management. Interested parties can contact Gaige Macomber at gaige.macomber@us.af.mil or 575-784-6528 for further information.
    CY25 KAFB Air Show – Pyrotechnics
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide professional pyrotechnic services for the CY25 Kirtland AFB Air Show scheduled for May 31 and June 1, 2025. Contractors will be responsible for delivering two daily pyrotechnic displays, each lasting approximately 30 minutes, while adhering to USAF safety standards and ensuring compliance with all necessary regulations and licensing requirements. This procurement is crucial for enhancing public engagement during the air show, emphasizing safety and professionalism in the execution of the event. Interested parties must submit their quotes by March 7, 2025, with proposals remaining valid until June 3, 2025. For further inquiries, contact SSgt Alexander Ramsower at alexander.ramsower@us.af.mil or 505-846-6673.
    Live Fire Range 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide comprehensive shooting range and lodging services for military training at Hurlburt Field, Florida, under the project titled "Live Fire Range 2025." The procurement involves managing three operational pistol ranges and two rifle ranges, along with adequate billeting facilities for instructors and students, ensuring compliance with safety standards and operational specifications. This initiative is crucial for supporting the training needs of the 371 Special Operations Combat Training Squadron, with a total funding ceiling of $337,312 for the Blanket Purchase Agreement, allowing individual purchase calls up to $25,000. Interested vendors must submit their quotes, including technical specifications and past performance references, by March 7, 2025, and can contact Dani English at dani.english@us.af.mil or Antonio Ortega at antonio.ortega.12@us.af.mil for further inquiries.
    Signature Reduction Training - Solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Signature Reduction Training Course aimed at enhancing the cybersecurity capabilities of military personnel. This training program, scheduled to take place from April 14 to April 25, 2025, at Kadena Air Base, Japan, will involve a comprehensive 10-day curriculum for 15 students, focusing on topics such as Open Source Intelligence (OSINT), privacy management, and digital safety techniques. The initiative underscores the importance of secure operational practices within the military, particularly in the context of INDOPACOM, and aims to foster economic opportunities for Women-Owned Small Businesses (WOSBs) in government contracting. Interested contractors should contact SrA Rylan Johnson at rylan.johnson@us.af.mil or A1C Austin A Howton at austin.howton@us.af.mil for further details and to ensure compliance with the solicitation requirements.
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS)
    Buyer not available
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS): The Department of Defense, specifically the Department of the Air Force, is seeking a focused yet flexible, rapid, agile contracting vehicle to support the research, development, prototyping, demonstration, evaluation, and transition of Counter small Unmanned Aircraft System (C-sUAS) capabilities. These capabilities are intended to combat Commercial Off-The-Shelf (COTS) small Unmanned Aircraft Systems (sUAS) used by adversaries in asymmetric warfare against U.S. military personnel and materiel. The government anticipates a single award Indefinite-Delivery, Indefinite-Quantity (ID/IQ) research and development (R&D) contract with Cost-Plus-Fixed-Fee Completion (CPFF/C) Task Orders, an ordering period of seventy-two (72) months, and a maximum ordering amount of approximately $490,000,000. The anticipated deliverables include software, hardware, technical documentation, and technical reports. The North American Industry Classification Systems (NAICS) code for this effort is 541715 with a small business size standard of 1,500 employees based on the Aircraft, Aircraft Engine, and Engine Parts exception. The government also requires that approximately 20% of proposed personnel be TS/SCI cleared and assigned at the time of award, with graduated increases over time. Foreign Allied Participation will be excluded at the prime contractor level. A technical library relating to the subject area of this acquisition will be made available. Interested parties must request access through AFRL/RI personnel. A Draft Request for Proposal (RFP) is anticipated to be released during the 1st quarter of CY 2020. The entire solicitation will be issued on the BETA SAM website at https://beta.sam.gov/. The government will not provide paper copies of the solicitation. All responsible sources may submit a proposal in response to the RFP. Technical questions should be directed to the Contracting Officer's Technical Representative (COTR), Donna Toole at (315) 330-3972, donna.toole.1@us.af.mil. Any contractual questions or questions concerning this Presolicitation Notice should be communicated directly to the Contract Specialist, Matthew Zawisza at (315) 330-4922, matthew.zawisza@us.af.mil, or the Contracting Officer, Terrence Lipinski at (315) 330-4510, terrence.lipinski@us.af.mil. An Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. INDUSTRY DAY: AFRL will be conducting an Industry Day for the C-sUAS acquisition on Monday, December 16, 2019, at Griffiss Institute, 725 Daedalian Dr., Rome NY 13441. The purpose of this meeting is to provide interested companies/entities with an overview of the C-sUAS contract and promote an early exchange of information. Interested parties must register by Monday, December 09, 2019, to gain access to the facility.
    Two Phase Design Build FY26 192 PERSON DORMITORY, CANNON AIR FORCE BASE, CURRY COUNTY, NEW MEXICO
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking qualified contractors for a two-phase design-build project to construct a 192-person dormitory at Cannon Air Force Base in Curry County, New Mexico. The procurement aims to provide essential troop housing facilities, which are critical for supporting military personnel stationed at the base. This opportunity falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is categorized under the PSC code Y1FC. Interested parties can reach out to Diana Keeran at diana.m.keeran@usace.army.mil or call 505-342-3263 for further details regarding the submission process and timelines.
    F35 Flight Training Simulator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the development of a dual-purpose flight and aerospace physiology training simulator tailored for F-35 training. This simulator must accurately replicate F-35 flight dynamics and include a functional cockpit equipped with real-world switches, high-fidelity visuals, and mixed reality capabilities, alongside compatibility with hypoxia training devices and monitoring systems. The procurement emphasizes the importance of advanced simulation technologies in enhancing pilot training and operational readiness. Interested vendors should contact 2d Lt Jalen Johnson at jalen.johnson.17@us.af.mil or 623-856-2730, or Sara E. Lackey at sara.lackey.2@us.af.mil or 623-856-3446 for further details regarding this Total Small Business Set-Aside opportunity.