Visiting Aircrew Facility Support Services
ID: FA940125Q0009Type: Sources Sought
Overview

Buyer

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

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the Visiting Aircrew Facility Support Services at Holloman Air Force Base in New Mexico. This Sources Sought Notice aims to identify contractors capable of providing non-personnel services, including facility management, housekeeping, and vehicle management for visiting aircrew, ensuring that accommodations are maintained in a high state of readiness. The anticipated contract will be a firm-fixed price agreement under NAICS code 561210, with a size standard of $47 million, and responses are due by April 17, 2025, at 4:00 PM MST. Interested parties should contact Andrew Pascoe at andrew.pascoe@us.af.mil or Elizabeth Ongstad at elizabeth.ongstad@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) for the Visiting Aircrew Support Facility at Kirtland Air Force Base outlines a non-personnel services contract aimed at providing comprehensive lodging and support services for visiting aircrew engaged in national security missions. The contractor is responsible for maintaining high standards in facility management and housekeeping, ensuring readiness for accommodating aircrew members, with tasks including room assignments, housekeeping, grounds upkeep, and maintenance of assigned vehicles. Key responsibilities include billeting services, ensuring cleanliness and functionality of accommodations, and providing necessary supplies while adhering to performance standards measured by complaint thresholds. The contractor must respond to emergency situations promptly, be available during federal holidays, and maintain safety and security protocols. A detailed structure defines the quality assurance procedures, transition management, and the provision of government-furnished equipment. Specific tasks are also outlined in numerous appendices, detailing workload estimates and standard operating procedures for maintenance and cleaning. Overall, this contract seeks to ensure that aircrews receive efficient, reliable, and high-quality support services, crucial for effective mission execution while maintaining compliance with government standards.
    The document outlines various square footage measurements associated with different rooms or areas within Building 917-1. It lists specific dimensions such as 398 ft², 1,068 ft², and numerous instances of 192 ft², among others. These measurements may pertain to a request for proposals (RFP) or grant application focusing on space requirements for potential renovations, repurposing, or construction within the building. The focus on precise area specifications suggests that the document is concerned with optimizing space usage to meet federal or state grant criteria. This information is essential for planning purposes and ensuring compliance with space allocation needs in relation to proposed federal or local projects.
    The document presents a series of measurements related to different spaces, likely pertaining to a property or building management context, focusing on a structure identified as Building 917-2. It lists various square footage figures, primarily centered around 196 ft², indicating this could be a significant area of interest for the project. The data suggests several measurements for small to medium-sized spaces, with some larger areas, such as 1,071 ft², noted at the end of the list. While specific details about the purpose of these measurements are not provided, they align with typical requirements in government RFPs or grants that necessitate thorough documentation of facility dimensions, likely for renovation, leasing, or grant application considerations. The repetitive nature of the square footage figures, particularly the prevalence of 196 ft², may indicate standard unit spaces within the building or common areas that need attention in project planning. The organized layout implies a structured approach, evidencing due diligence in preparing documentation for potential government engagements.
    The document pertains to a federal Request for Proposals (RFP) FA940125Q0009, which involves the leasing of vehicles specifically designed for towing equipment. A key question raised was regarding the required length of stake beds, with options of 12 FT, 24 FT, or 26 FT. The response clarified that while the length is somewhat flexible, the primary consideration is the vehicle's tonnage capacity. A minimum specification suggested is the need for a vehicle like an F-550 to effectively tow the necessary equipment. If a specific length is mandated, the preferred length stated is 24 FT. This document serves as part of the clarifying Q&A within the RFP process for the 73 AMU Vehicle Lease, underscoring vehicle specifications critical for compliance with logistical requirements in governmental operations.
    The document pertains to federal RFP FA940125Q0009 concerning the lease of vehicles for government use, specifically addressing stakeholders' inquiries regarding vehicle specifications. The initial question sought clarification on the required length of stake beds, with the response indicating that while varied lengths are acceptable, a 24-foot option is recommended. The second inquiry confirmed that an F-550 vehicle equipped with a 12 to 24-foot bed and tow package would suffice for transporting equipment weighing up to 2.5 tons. This exchange of questions and answers highlights the importance of aligning vehicle capabilities with operational needs, ensuring that contractors understand the requirements for proper equipment leasing under the federal procurement process. Overall, the document reflects the procedural clarity necessary in government contracting to facilitate effective partnerships and resource allocation.
    The Department of the Air Force is issuing a Request for Quotation (RFQ) for leasing seven vehicles for the 73 AMU/Vehicle Lease - AC130J Beddown project at Kirtland Air Force Base, New Mexico. The solicitation number FA9401-25-Q-0009 was released on January 28, 2025, with a response deadline of February 10, 2025. This RFQ is strictly set aside for small businesses and aligns with the NAICS code 532120 for vehicle rental and leasing. The requirement includes a variety of vehicles: one-ton and 2.5-ton stake bed trucks, crew cab pickups, cargo vans, and 15-passenger vans, all to be delivered to the base. Offerors must comply with specified instructions, including submitting questions by February 5, 2025, and ensuring quotes are valid through February 28, 2025. Evaluation criteria focus on technical acceptability and price, emphasizing the importance of competitive pricing from qualified small businesses. Additionally, various clauses and provisions related to federal regulations and small business incentives are incorporated into the solicitation. The objective is to ensure all participating businesses meet the necessary criteria to provide these services effectively and within compliance requirements.
    The 58 Special Operations Wing requires annual leases for seven vehicles to support the AC130J beddown until permanent assets can be procured. These vehicles are essential for transporting personnel and cargo, facilitating maintenance, and ensuring aircraft readiness during training operations. Without proper vehicle access, the unit risks delays of up to 12 hours, detracting from operational efficiency. The lease will include a variety of vehicles: one 1-ton and one 2.5-ton stake and platform truck, one 1/2-ton crew cab pickup truck, two cargo vans, and two 15-passenger vans, all for a one-year period. Delivery of the vehicles is expected approximately 30 days post-contract award to Kirtland AFB, NM, including inspection and acceptance processes. The contractor will also handle routine maintenance and non-routine repairs that arise during the lease. Expected mileage is estimated between 200 to 500 miles monthly, with return procedures outlined for the end of the lease period. In summary, the document outlines the urgent need for leased vehicles to support critical operations for the AC130J mission at Kirtland AFB, highlighting logistical requirements and maintenance responsibilities for the contractor.
    Lifecycle
    Title
    Type
    Sources Sought
    Combined Synopsis/Solicitation
    Similar Opportunities
    Facilities Other Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Facilities Other Maintenance (FOM) program at Hill Air Force Base in Utah. This procurement aims to enhance aircraft asset management and minimize mechanic downtime through the implementation of the Overhead Production Support-Facilitate Other Maintenance (OPS-FOM) program, which will operate under the existing Operations Facilities Support (OPS) contract (FA8224-23-D-0001) via task orders. The initiative is part of a broader effort to improve operational efficiency and financial predictability, transitioning to an organic workforce within 18 to 24 months. Interested parties can contact Shelly Bachison at shelly.bachison@us.af.mil or by phone at 801-586-8606 for further details.
    Air Force Occupational Safety & Health (AFOSH) and Traffic Support Sources Sought
    Dept Of Defense
    The Department of the Air Force is seeking potential sources for advisory and assistance services related to Air Force Occupational Safety & Health (AFOSH) and Traffic Support at Kirtland Air Force Base in New Mexico. The objective of this procurement is to identify contractors capable of providing technical and analytical support for various safety activities, including the development of safety guidance, analysis of mishap data, and creation of safety education programs. This initiative is crucial for enhancing occupational, traffic, and outreach safety within the Air Force, ensuring compliance with federal and Air Force regulations. Interested businesses, particularly small businesses, are invited to submit statements of capabilities by December 31, 2025, with a focus on their ability to meet the Performance Work Statement (PWS) requirements. For further inquiries, respondents may contact My Cole Robinson or Winter Silva via the provided email addresses.
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    Sources Sought - Maintenance Qualification Training Program (MQTP)
    Dept Of Defense
    The Department of Defense, specifically the Air Force 49th Maintenance Group and 49th Contracting Squadron, is seeking sources for the Maintenance Qualification Training Program (MQTP) services at Holloman Air Force Base, New Mexico. The procurement aims to provide comprehensive upgrade training for F-16 aircraft maintenance personnel, focusing on enhancing 5-level certification for both F-16 Crew Chiefs and F-16 Avionics Technicians through academic and hands-on instruction. This training is crucial for maintaining the operational readiness and technical proficiency of maintenance personnel, ensuring adherence to Air Force standards and regulations. Interested firms must submit capability statements, including relevant company information and experience, by January 5, 2026, with questions due by December 19, 2025. For further inquiries, contact SSgt Alex Coulombe at alex.coulombe@us.af.mil or Kitty Williams at katrina.williams.9@us.af.mil.
    Dyess AFB, Custodial Services Synopisis
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    Commercial Lodging BPA - Peterson SFB
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    Base-Wide Hood and Duct Cleaning
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice for Base-Wide Hood and Duct Cleaning services at Beale Air Force Base in California. The procurement aims to identify potential contractors capable of providing comprehensive cleaning services for kitchen exhaust hoods and ducts, adhering to various safety and regulatory standards, including NFPA and OSHA guidelines. This cleaning is crucial for maintaining operational safety and compliance within military facilities, ensuring that fire suppression systems remain functional and that all cleaning processes are environmentally responsible. Interested parties are encouraged to submit their capabilities statements and past performance indicators to Teresa Romig at teresa.romig@us.af.mil or SSgt VeAnCa Crawley at veanca.crawley.1@us.af.mil, as this is a market research effort and not a solicitation for proposals.
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide non-personal commercial lodging accommodations within a 30-mile radius of Homestead Air Reserve Base (ARB), Florida. This procurement involves establishing multiple Blanket Purchase Agreements (BPAs) for single and double occupancy hotel rooms during training periods, with a focus on maintaining high-quality living conditions and compliance with specified standards. The awarded BPAs will have a performance period of up to five years, with a minimum order value of $1.00, and must adhere to General Services Administration (GSA) Per Diem rates. Interested contractors must submit a capability statement to Contract Specialist Tahj Guilford at Tahj.Guilford.2@us.af.mil by January 7, 2029, at 4:00 PM EST, to be considered for this opportunity.
    Dyess Handyman IDIQ Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is conducting market research for a potential Indefinite Delivery, Indefinite Quantity (IDIQ) contract for handyman services at Dyess Air Force Base in Texas. The contract will focus on maintenance, repair, alteration, and minor construction projects, with individual task orders valued at less than $350,000. This initiative aims to identify qualified small businesses that can meet the requirements outlined in the Statement of Work, which includes various construction trades such as carpentry, electrical, plumbing, and HVAC. Interested parties must respond to the attached questionnaire by January 5, 2026, at 11:00 AM CST, and can direct inquiries to TSgt Rey Anthony Imperial at reyanthony.imperial@us.af.mil or Abigail Noe at abigail.noe.1@us.af.mil.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.