Logistics Readiness Squadron Capabilities: 485999 RFI 16 April 2025
ID: LRS_485999_16Apr2025Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4452 763 ESSSCOTT AFB, IL, 62225-5020, USA

NAICS

All Other Transit and Ground Passenger Transportation (485999)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is issuing a Supplemental Request for Information (RFI) to identify vendors capable of providing Logistics Readiness Squadron Capabilities (LRS-C) services across various Air Force locations. The procurement aims to establish a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) to support logistics services, including materiel management, traffic management, vehicle management, fuels management, ground transportation, and air transportation, with a total performance period of six years. This initiative is crucial for enhancing logistics support for the Air Force through strategic sourcing and effective contract management. Interested vendors must submit their capabilities and relevant qualifications to the designated contacts by May 1, 2025, with responses directed to Ms. Lisa Pendragon and Mr. Rick Thorp via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided file outlines the required information for a government Request for Proposals (RFP) or grant application process. It includes essential company details, such as name, address, representative's information, business size classification (large or small), CAGE code, Unique Entity ID (UEI), and applicable NAICS codes. Companies must indicate whether they operate primarily in the commercial or government sector and disclose their socioeconomic status, especially for small businesses under various classifications like 8(a) or HUBZone. Additionally, the document inquires about any affiliations with larger parent companies or participation in mentor-protégé programs, emphasizing the importance of relationships in government contracting. Finally, companies are asked to specify available contract vehicles for government procurement, including GSA schedules and other agency-specific contracts. This structured approach aims to standardize the submission of proposals, making it easier for the government to evaluate potential vendors for grants and contracts.
    This government document outlines the qualifications and experience required for companies dealing with munitions and prisoner transport as part of federal RFPs and grants. It is structured into two main sections: "Licenses & Facility Clearance" and "Transport." The munitions section requests information on a company's expertise in handling, storing, and transporting various types of munitions, with a focus on safety, security, inventory management, maintenance, demilitarization, and compliance with regulations. In the prisoner transport section, it seeks details on a company’s experience with federal prisoner transport, including security measures, contingency planning, personnel training, and vehicle specifications. Companies are instructed to rate their experience levels across all areas, ranging from no experience to extensive experience. Overall, the document aims to assess and ensure the qualifications of contractors to fulfill sensitive government contracts involving munitions and the safe transport of prisoners, emphasizing compliance with federal regulations and robust operational protocols.
    The Air Force Installation Contracting Command (AFICC) is issuing a Supplemental Request for Information (RFI) to identify vendors capable of providing Logistics Readiness Squadron Capabilities (LRS-C) services across various Air Force locations. The government seeks to establish a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) to support logistics services, including materiel management, traffic management, vehicle management, fuels management, ground transportation, and air transportation. The anticipated contract will have a total six-year performance period, encompassing one or multiple bases, and may incorporate surge support. Vendors are invited to submit their capabilities by providing company information and relevant details about their qualifications, business size, and experience. The RFI is for planning purposes only and does not commit the government to any contract or proposal award. Submissions must be sent to specified Air Force contacts by the deadline of May 1, 2025, emphasizing the importance of responding in accordance with the provided instructions and attachments. This initiative aims to enhance logistics support for the Air Force through strategic sourcing and effective contract management.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J&A - 36 LRS Supply and Transportation Management BRIDGE Action
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the "J&A - 36 LRS Supply and Transportation Management BRIDGE Action" opportunity. This procurement involves logistics support management services, aimed at enhancing supply and transportation management capabilities. Such services are critical for maintaining operational efficiency and readiness within military logistics operations. Interested parties can reach out to MSgt Xavier S. Robertson at xavier.robertson@us.af.mil or by phone at 671-366-1996, or TSgt Brian Brammer at brian.brammer@us.af.mil or 671-366-3686 for further details. Additional information can be found in the attached documentation.
    Logistics Support Area - DCNG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Logistics Support Services at Logistics Support Area (LSA) Lincoln in Washington, D.C. The contractor will be responsible for delivering comprehensive facilities management, maintenance, power generation, water and wastewater system operations, and waste management services, as outlined in the attached draft Performance Work Statement (PWS). These services are crucial for sustaining operations related to the Make DC Safe and Beautiful mission, ensuring the effective management of resources and infrastructure at the site. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), are encouraged to submit capability statements to LTC J. Paul Caldwell at joseph.p.caldwell.mil@army.mil or CPT Kyle Hartleben at kyle.d.hartleben2.mil@army.mil by the deadline, with the anticipated period of performance running from March 1, 2026, to July 7, 2026.
    Logistics Technology Research (LTR) Program
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the Logistics Technology Research (LTR) Program, aimed at enhancing logistics processes to support Department of Defense (DoD) weapon systems through innovative research and development. The program focuses on the application of emergent technologies and innovative business practices to improve capabilities in areas such as planning, procurement, and order fulfillment, particularly related to the management of weapon system parts in Supply Class IX. With a funding allocation of up to $7 million per year for five years for Short Term Projects (STPs), the program encourages participation from small and disadvantaged businesses and will initiate a 45-day period for the submission of White Papers, followed by invitations for full proposals from selected submitters. Interested parties can contact Emily Linico at emily.linico@dla.mil or 215-737-3748 for further information.
    AFSC Requirements Support Readiness Analysis (RSRA)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking support for the Readiness Analysis (RSRA) related to supply chain management at Wright Patterson AFB in Ohio. This task order modification aims to incorporate additional performance-based services necessary for Readiness Based Leveling (RBL) Materiel Management Review (MMR) stratification, D200 downstream system continuity, and reporting for the Office of the Secretary of Defense (OSD). The services are critical for enhancing the efficiency and effectiveness of supply chain operations within the Air Force, ensuring readiness and operational capability. The anticipated period of performance is 10 months, concluding on November 25, 2023, and interested parties can reach out to Mr. Herbert Duncan at herbert.duncan@us.af.mil for further information.
    Request for Information: Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for FAA ATO
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking experienced contractors to provide Configuration, Logistics, and Maintenance Resource Solutions (CLMRS) Information Technology (IT) Support Services for its Air Traffic Organization (ATO). The primary objective is to support the Supply Chain Management Enterprise Resource Planning (SCM-ERP) system and other critical systems, enhancing the efficiency and effectiveness of the FAA's logistics and maintenance operations. This opportunity is part of a follow-on contract expected to commence in 2027, with a performance period of one base year plus four option years, and the FAA is currently evaluating its acquisition strategy, including potential contract structure and value. Interested vendors must submit their responses to the RFI by 5:00 PM CT on January 5, 2026, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    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.
    Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force, is seeking proposals for Contractor Logistics Support (CLS) services for its C-12 aircraft fleet under the proposed solicitation number FA8134-24-R-B001. The primary objective of this procurement is to ensure comprehensive maintenance, operational support, and supply management for 30 C-12 aircraft utilized by various defense agencies globally, with a focus on maintaining a minimum mission capable rate of 80%. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, potentially lasting up to ten years, with an initial performance period of one year, and will require contractors to adhere to FAA standards while managing logistics across multiple domestic and international locations. Interested parties must submit their proposals by February 2025, with a pre-solicitation conference scheduled for November 1, 2024, and all inquiries should be directed to the contracting officer, Hiwot Tamirat, at hiwot.tamirat@us.af.mil.
    DLA Ozone Depleting Substances (ODS) And Hydrofluorocarbons (HFC) Support Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for Ozone Depleting Substances (ODS) and Hydrofluorocarbons (HFC) Support Services, aimed at providing essential contractor support for its Reserve Program Office located in Richmond, Virginia. The procurement encompasses logistics, warehousing, leak monitoring, and IT functions, with a focus on managing ODS/HFC products and ensuring compliance with environmental regulations. This contract will be awarded as a firm-fixed-price agreement for a base year with four additional option years, emphasizing the importance of technical capabilities and past performance in the evaluation process. Proposals are due by December 18, 2025, with questions accepted until December 1, 2025; interested parties should contact Derek Willis at derek.willis@dla.mil for further information.
    (RFI) Advanced Propulsion Acquistion Contract (APAC) Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) Contract
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is issuing a Request for Information (RFI) for the Advanced Propulsion Acquisition Contract (APAC), a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) aimed at enhancing propulsion technologies for the U.S. Air Force. This contract seeks to rapidly develop and implement innovative propulsion capabilities across all lifecycle phases, including technology maturation, concept development, and sustainment, thereby ensuring the Air Force can meet current and future propulsion system requirements effectively. The APAC is critical for advancing novel propulsion technologies and system concepts, which are essential for maintaining the strategic capabilities of the U.S. military. Interested parties are encouraged to submit their responses to the RFI by October 15, 2025, and can direct inquiries to Tanner Alley at tanner.alley@us.af.mil or Capt Caelan Campbell at caelan.campbell.1@us.af.mil.
    Modernization and Upgrade of the LC-130H Polar Mission aircraft to LC-130J Aircraft
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors to modernize and upgrade the LC-130H Polar Mission aircraft to the LC-130J variant. The objective is to find qualified firms capable of delivering a fully modified and integrated LC-130J that meets the specific requirements for polar missions, as the existing LC-130H fleet is being phased out. This modernization effort is critical for maintaining operational capabilities in polar environments, and the government may consider a sole-source contract with Lockheed Martin Corp. Interested contractors must submit their responses, including a Contractor Capability Survey, by December 22, 2025, with the RFI extended to 10:00 AM EST on January 12, 2026. For further inquiries, contact Amber Mathe at amber.mathe@us.af.mil or Hannah Tuck at hannah.tuck.1@us.af.mil.