Base Operations Support Services – Air Education Training Command Enterprise Solution DRAFT RFP
ID: FA300225R0008DRAFTType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3002 338 ESS CCJBSA RANDOLPH, TX, 78150-4300, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

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

    The Department of Defense, specifically the Air Education and Training Command (AETC), is seeking qualified contractors to provide Base Operations Support Services through a Multiple Award Contract (MAC) Indefinite Delivery, Indefinite Quantity (IDIQ) solicitation. The procurement aims to deliver comprehensive operational support across various service areas, including aircraft maintenance, resource management, and emergency services, with a focus on ensuring military readiness and compliance with federal regulations. This opportunity is particularly significant as it encompasses two competition pools: a Small Business Set-aside and an 8(a) Set-aside, allowing for diverse participation from small business categories. Interested parties should direct inquiries to Kari Barnett or Ricardo Flores via email, with proposals due in accordance with the specified guidelines, as the contract is projected to span a maximum of ten years, including a five-year base period and an optional five-year extension.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to an Industry Day event focusing on Flight Operations Support (FOS) at Vance Air Force Base (AFB). It serves as a registration form for companies interested in participating in the event, inviting representatives to provide their company name, job title, contact information, and indicate whether they intend to engage as a prime contractor or subcontractor. The structure is straightforward, containing fields for necessary contact details and categorization of interest in potential contracting opportunities. This initiative is likely part of the larger framework of federal Requests for Proposals (RFPs) and grants, aimed at facilitating partnerships between the government and private sector entities in support of military operations. Overall, the document seeks to gather interested participants to explore contracting opportunities connected to flight operations support roles at Vance AFB, showcasing the government's ongoing efforts to enhance its operational capabilities through collaboration with external stakeholders.
    The document pertains to a proposal or recommendation linked to the AETC OS MAC, possibly in relation to a pre-solicitation conference held on April 2, 2022. The specifics of the recommendations or requests for proposals (RFPs) are not elaborated in the text, but the focus appears to be on enhancing operational capabilities, potentially within a military or federal context. The vague nature of the content suggests it could be an introductory document outlining the need for proposals tied to specific projects under federal grants or contracts. Avenues for stakeholder engagement and collaborative efforts are likely emphasized, which aligns with common practices in federal contracting processes to ensure comprehensive participation and transparency. Overall, the purpose centers around facilitating discussions or clarifying expectations related to upcoming RFPs in accordance with federal and state/local stipulations.
    The document outlines the proposal instructions for the Air Education and Training Command (AETC)-wide Base Operations Support (BOS) Multiple Award Contract (MAC) Indefinite Delivery, Indefinite Quantity (IDIQ). It specifies two pools for competition: a Small Business (SB) Set-aside and an 8(a) Set-aside, each requiring a specific submission format and content. Offerors must submit their proposals adhering to guidance in the Performance Work Statement (PWS) and complete a Choice of Competition Form. Proposals will be evaluated for clarity, technical capability, and management approach. The document details submission requirements, including organization of volumes, page limitations, and evaluation criteria across technical, past performance, and contract documentation. Key elements include a virtual Pre-Solicitation Conference for interested contractors, a 365-day proposal validity period, and emphasis on comprehensive performance management strategies. Offerors are advised on preparing a proactive staffing plan, quality management system, and clear organizational structure to facilitate evaluation. Overall, the solicitation aims to ensure effective competition for operational support services within the AETC, emphasizing compliance with strict guidelines, evaluation of past performance, and adherence to industry standards.
    The document outlines the request for proposals (RFP) for an Air Education and Training Command (AETC)-wide Base Operations Support (BOS) Multiple Award Contract (MAC) Indefinite Delivery, Indefinite Quantity (IDIQ). It specifies two competition pools: a Small Business (SB) Set-aside and an 8(a) Set-aside. Offerors must submit complete proposals in accordance with the provided guidelines to be considered eligible for contract awards. The submission includes three volumes: Technical Proposal, Past Performance, and Responsibility/Contract Documentation, each adhering to a defined structure and page limit. The technical volume requires detailed approaches to base operations, workforce management, and performance management, showcasing an understanding of the Performance Work Statement (PWS). Past performance documentation must highlight relevant previous contracts and demonstrate experience and capability in similar projects. Financial responsibility and compliance with government standards, including cybersecurity and accounting system requirements, are also vital aspects of the submission. The proposal timeframe spans ten years: a five-year base period and an optional five-year extension. All documents related to the solicitation can be found on the designated procurement websites, ensuring that interested parties are informed and compliant with the application process.
    The document outlines the procedures and requirements for submitting proposals for an Air Education and Training Command (AETC)-wide Base Operations Support (BOS) Multiple Award Contract (MAC) Indefinite Delivery, Indefinite Quantity (IDIQ) solicitation. It includes two competition pools: one for small business (SB) set-asides and another specifically for 8(a) contractors. Offerors must select their preferred pool, comply with submission instructions, and provide comprehensive proposals that adhere to the guidelines set out in the Performance Work Statement (PWS). Proposals are divided into three volumes: Technical, Past Performance, and Responsibility/Contract Documentation, with specific page limits imposed for each. The document stresses the importance of clarity, comprehensive responses, and effective methods for meeting requirements, while highlighting the Government's right to evaluate based on initial submissions without discussions. Moreover, a virtual Draft Pre-RFP Industry Day is scheduled to assist potential Offerors with inquiries. Overall, this solicitation underscores the Government's effort to foster competition among diverse contractors while ensuring adherence to regulatory standards and service quality expectations.
    The document FA300225R0008 outlines the evaluation criteria for the Base Operations Support Multiple Award Contract (BOS MAC) solicitation. It details the process of assessing proposals to ensure they meet specific solicitation requirements, including adherence to Far, DFARS, and DoD regulations. The evaluation will mainly focus on two factors: Technical and Past Performance, both of equal importance. Offerors must achieve an "Acceptable" rating in Technical subfactors and a “Substantial Confidence” rating in Past Performance to qualify for award. The solicitation specifies two competition pools: Small Business (SB) and 8(a). Evaluation of proposals will consider the technical capability across three subfactors related to operations, workforce management, and performance management. Furthermore, Past Performance will be assessed to ensure the contractor can successfully fulfill the contract's requirements. Offerors must provide supporting documentation, such as an approved Accounting System and a Cybersecurity Maturity Model Certificate. The Government intends to award contracts based primarily on the initial proposals, without discussions or revisions, necessitating that submissions contain the best possible terms. The contract's overall objective is to establish a framework for providing Operations and Maintenance services aligned with performance expectations and compliance regulations.
    The document FA300225R0008 (DRAFT) outlines the evaluation criteria for the Base Operations Support Multiple Award Contract Indefinite Delivery, Indefinite Quantity (BOS MAC IDIQ) solicitation, focusing on the qualifications and submission requirements for offerors. It specifies that proposals must comply with all solicitation terms and receive a "Substantial Confidence" Performance Assessment Rating, alongside an “Acceptable” rating for three technical subfactors: Base Operations, Workforce Management, and Performance Management. The document details the competitive nature of the award process in compliance with federal regulations, allowing for the evaluation of proposals without discussions, emphasizing a comprehensive understanding of solicitation requirements. Key evaluation factors include a structured assessment of technical quality and past performance, with significance placed on relevance, recency, and quality. Offerors must provide recent past performance records to establish eligibility for evaluation, with defined thresholds for scope, magnitude, and complexity to determine the strength of past performance. The emphasis is on ensuring that contractors demonstrate the required knowledge and capabilities essential for meeting operational expectations, compliance with standards, and effective execution of services. The structure is clear, being divided into sections that guide offerors through evaluation factors and necessary documentation for consideration.
    This document is a government solicitation for a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) agreement aimed at providing comprehensive base operations and mission support services to the Air Education Training Command (AETC). The contract includes a variety of services such as aircraft maintenance, resource management, communication services, and emergency management, all categorized under the Product Service Code S216. The solicitation outlines the procedures for submitting offers, including deadlines, requirements, and amendments acknowledgment. It highlights that the contract will be executed under strict terms, including compliance with the Defense Priorities and Allocations System (DPAS). Additionally, the document includes instructions for billing and payment processes, inspection and acceptance criteria, and various clauses related to government contracting. Key aspects emphasize the importance of small business participation in contract opportunities. This solicitation reflects the federal government's commitment to supporting operational efficiency while adhering to regulatory standards and promoting small business involvement in government contracts.
    This government solicitation outlines a Multiple Award Contract (MAC) for providing comprehensive base operations and mission support services to the Air Education Training Command (AETC). It is a Firm Fixed Price contract covering various services such as aircraft maintenance, resource management, IT communications, visual information, and several other operational areas. The document specifies that offers in response to this solicitation must adhere to several terms and conditions, including the DPAS rating. It contains detailed sections on the offers submission process, amends acknowledgment, and provision for late submissions. The solicitation also lists required specifications, packaging, acceptance criteria, contract clauses, and provisions regarding invoice submissions and payment procedures. It emphasizes the significance of quality inspections and the mandatory compliance with various federal regulations. Key objectives include ensuring effective management and timely delivery of services to support AETC operations while fostering contractor accountability and adherence to labor standards. This solicitation exemplifies government procurement efforts to streamline service acquisition for military training commands, emphasizing both operational excellence and regulatory compliance.
    The Performance Work Statement (PWS) FA300223R0007 details the services required by Keesler Air Force Base from a Service Provider (SP). The SP must supply non-personal recurring services, ensuring personnel are fully trained and meet various regulatory requirements from local, state, Air Force, and federal entities. The document outlines responsibilities, including the provision of equipment, vehicles, and administrative supplies, while emphasizing quality control and continuous process improvement. Key operational standards include maintaining regular hours, ensuring qualified personnel, and conducting random drug testing. Additionally, the SP must comply with environmental management and occupational safety regulations, emphasizing the importance of sustainability through green procurement practices. The PWS also mandates strict security protocols, including background checks for employees, compliance with safety regulations, and maintaining records in accordance with federal laws. The SP is responsible for the financial management of project expenditures, including approval for requisitioning and reimbursement for certain costs. In emergencies, the SP must coordinate effectively to manage disaster responses, ensuring the installation's operational capability remains intact. This document serves as a foundational guideline for engaging a contractor capable of fulfilling comprehensive support services at Keesler AFB while adhering to stipulated operational, safety, and financial directives.
    The Performance Work Statement (PWS) outlines the essential services required for Base Operating Support at Laughlin Air Force Base (AFB), Texas. Its primary goal is to ensure effective support for military readiness and training missions for aircrew and passengers. The document delineates various service areas including aircrew support, operations and maintenance, grounds maintenance, transportation, and material management. Key responsibilities of the Service Provider (SP) include providing fully trained and certified personnel, ensuring provision of necessary equipment and materials, and maintaining environmental compliance. The SP is also tasked with establishing a Quality Control Plan to monitor service quality, implementing safety protocols per OSHA standards, and managing security procedures for personnel access. The PWS specifies operational hours, personnel qualifications, and a continuous process improvement strategy, emphasizing customer service and adaptability to mission needs. It also mandates regular reporting of manpower data to maintain transparency and compliance. Overall, this document serves as a comprehensive guide for achieving efficient and effective operations at Laughlin AFB, aligning with Department of Defense and Air Force directives.
    The Performance Work Statement (PWS) for Base Operations Support (BOS) at Maxwell – Gunter Air Force Base outlines the expectations and responsibilities of the Service Provider (SP) in delivering services to support the Air Education and Training Command (AETC). The document details the mission to provide qualitative operational and logistical services, ensuring compliance with Federal, state, and local regulations. Key topics include service delivery in various sectors such as security, personnel, emergency management, and human resources, with specific emphasis on the qualifications of staff, program management, and collaboration within the military community. The SP is expected to maintain efficient operations while being responsive to emergent needs like disaster response. The PWS also covers administrative requirements such as personnel management, security protocols including background checks and access controls, and compliance with Information Security policies. Additionally, it mandates the development of contracts, tracking of required safeguards, and collaboration with associate contractors to protect proprietary information. Overall, the document serves as a framework for operational excellence at the base, demonstrating the Air Force's commitment to effective support for its personnel and their families.
    The document is a comprehensive directory of contacts within various government contracting and consulting organizations, likely intended for use in alignment with federal RFPs (Requests for Proposals) and grants. It lists key personnel, including job titles and contact information for representatives from numerous companies, such as Advanced Management Group LLC, Akima Global Logistics, and Siemens, among others. The entries indicate roles predominantly in business development, capture management, and proposal coordination, highlighting a focus on securing government contracts. This compilation serves as a resource for stakeholders in government contracting, facilitating networking and collaboration among businesses seeking to respond to procurement opportunities. The overall structure is organized by company, providing a quick reference for the key decision-makers and their respective roles within each organization. The document emphasizes the importance of communication and coordination in navigating federal and state grant processes, showcasing the interconnectedness of these entities in the government contracting landscape.
    The Performance Work Statement (PWS) outlines the framework for the Air Education and Training Command's (AETC) Base Operations Support Services under a Multiple Award Contract (MAC). This contracted service aims to provide extensive non-personal operational support across various vital areas, including aircraft maintenance, resource management, installation management, and emergency services, primarily within Joint Base San Antonio, TX, and potentially extending to other locations in the Continental United States (CONUS), Alaska, and Hawaii. The document emphasizes a performance-based partnership between the Government and the contractor, requiring compliance with Department of Defense policies and performance standards tailored to specific task orders. Key responsibilities include establishing a qualified staffing mix, managing personnel training, executing detailed operational plans, adhering to security and safety protocols, and ensuring effective communication. The MAC spans a maximum initial period of five years, with possible extensions based upon satisfactory performance assessments. Furthermore, the contractor must maintain flexibility to adjust to evolving mission requirements while ensuring the continuous quality of services rendered. This PWS serves as a comprehensive guide to ensure the efficient execution of base operations support services essential for military effectiveness and safety.
    The Performance Work Statement (PWS) details a Multiple Award Contract (MAC) for Base Operations Support (BOS) services under the Department of Defense (DoD). The primary purpose is to establish a strategic sourcing vehicle for comprehensive mission support services across various U.S. locations, including the Continental U.S., Alaska, and Hawaii. The contract involves non-personal services, emphasizing a partnership between the government and contractors to improve base operations while adhering to DoD standards. Key service areas outlined in the PWS include transient aircraft maintenance, resource and installation management, emergency services, fire protection, and community services, among others. The contractor is expected to maintain a trained workforce, manage contract compliance, and uphold performance standards throughout the contract’s five-year base period, with potential extensions based on performance evaluations. Additionally, the document specifies requirements for personnel management, security compliance, environmental management, and emergency response protocols. Effective communication and continuous improvement are emphasized to enhance contractor and government collaboration, ultimately ensuring mission readiness and operational efficiency. The comprehensive nature of these requirements demonstrates the government’s commitment to maintaining effective base operations and supporting military readiness.
    The Air Education Training Command (AETC) Base Operation Support (BOS) Ordering Guide outlines the procedures for issuing Task Orders (TO) under a $4 billion Multiple Award Contract Indefinite Delivery Indefinite Quantity (MAC IDIQ) designed to streamline BOS services for the Air Force. This guide serves as a centralized framework for AETC contracting officers to enhance acquisition efficiency, ensuring compliance with federal regulations while offering flexibility for future requirements. Key components include centralized and decentralized ordering procedures, detailed roles and responsibilities for stakeholders, and rules of engagement for TO issuance. The contract supports a range of services, from aircraft maintenance to logistics and emergency management, available to all AETC bases within the continental U.S. The guide describes the Fair Opportunity Proposal Request (FOPR) process, emphasizing the need for competitive bidding among awardees across designated pools, specifically small business and 8(a) set-aside contractors. Performance monitoring, effective communication, and a clear evaluation process—including technical and cost/price assessments—are critical for awarding task orders that provide best value to the government. Overall, the AETC BOS MAC IDIQ Order Guide is a comprehensive resource to facilitate effective and timely base operation support services, reinforcing government objectives through robust contractor collaboration and oversight.
    The AETC BOS MAC IDIQ Ordering Guide outlines the procedures for issuing Task Orders (TOs) to support Base Operations Support (BOS) services for the Air Education and Training Command (AETC). This $4 billion contract is accessible to AETC customers in the Continental United States, covering a wide range of services such as maintenance, logistics, and human resources. Task Orders can be centralized or decentralized based on the base location, with dedicated pools for small businesses and 8(a) contractors to promote competition. The ordering period spans from September 2026 to September 2036, with a maximum TO duration of five years. A structured Fair Opportunity Proposal Request (FOPR) process ensures all contractors have a fair chance at competing for awards, with selection criteria focusing on cost, quality of service, and contractor performance. Additionally, a comprehensive assessment system evaluates contractor performance annually, influencing the award of incentive options. The document is crucial for maintaining compliance with federal regulations related to procurement, ensuring transparency, and providing a framework for effective contract management within AETC operations.
    The Base Maintenance Contract (BMC) for Sheppard Air Force Base (SAFB) outlines the expectations and requirements for comprehensive Base Operation Support (BOS) services to assist the 82nd Training Wing's mission. It emphasizes the importance of maintaining military readiness and providing a hospitable work environment. Key areas include Operations and Maintenance (O&M), Engineering, Environmental Management, Emergency Management, and Financial Management services, performed under strict compliance with federal, state, and local regulations. The service provider (SP) must establish a solid management structure and provide fully trained personnel. Key personnel should be identified, and ongoing communication with government representatives is essential. Safety and environmental compliance are emphasized, necessitating adherence to OSHA standards and sustainable practices such as the Green Procurement Program. Regular staffing reports, participation in base exercises, and development of a Quality Management System (QMS) are required for continuous improvement and performance measurement. The SP must ensure the return of identification media and comply with security requirements. The document delineates a structured approach to service delivery, performance evaluation, and accountability to meet the overarching goals of supporting military operations at SAFB effectively.
    The Performance Work Statement (PWS) outlines the requirements for a service provider (SP) to support operations at Vance Air Force Base (AFB), encompassing personnel management, operational procedures, and service delivery across various service areas. The SP must ensure that all employees are qualified, trained, and comply with federal regulations while maintaining high-performance standards. Key responsibilities include providing necessary equipment, participating in continuous improvement initiatives, and maintaining a robust Quality Control System. The document details the operational hours and requirements for personnel management, emphasizing the need for proper oversight and the establishment of a contract manager responsible for coordination between the SP and the government. Additionally, it highlights the importance of occupational safety, environmental management, security procedures, financial management, and emergency response systems. Through compliance with relevant U.S. Air Force directives, the SP must also manage various aspects such as records management, traffic laws, utilities conservation, and the comprehensive reporting of contractor labor hours. The PWS serves as a guidance framework for the contractual relationship, ensuring that the SP delivers services efficiently while adhering to regulations and maintaining accountability in all operations.
    Similar Opportunities
    2027 McConnell AFB MACC IDIQ
    Dept Of Defense
    The Department of Defense, through the 22d Contracting Squadron, is seeking qualified construction firms for a Multiple Award Construction Contract (MACC) at McConnell Air Force Base in Kansas. This opportunity involves an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, allowing for the procurement of various construction projects, with task orders valued up to $10 million each, and a total potential contract value of $99 million over six years. The selected contractors will undertake a wide range of construction tasks, including design-build projects, renovations, and infrastructure repairs, requiring capabilities across multiple trades. Interested firms must submit a capability statement by 4:00 PM (CST) on June 27, 2025, to the primary contacts, 2d Lt William Johnson and Marcus Tucker, via the provided email addresses.
    Multiple Award Task Order Contract for Resilient Architect-Engineer Services (RAES)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is issuing a presolicitation for a Multiple Award Task Order Contract (MATOC) for Resilient Architect-Engineering Services (RAES) with a total contract ceiling of $3.4 billion. This contract aims to support Facility Sustainment, Restoration, and Modernization (FSRM) and Military Construction (MILCON) projects, encompassing both Title I and Title II services, and will be available for firms across the continental United States and outlying areas. The procurement is particularly significant as it includes a Partial Small Business Set-Aside, with a reserve for Woman-Owned Small Businesses, and anticipates awarding contracts to approximately six Other-than-Small Business firms and five Small Business firms. Interested parties should note that a virtual Industry Day is scheduled for December 16, 2025, with SF330 submissions due by January 30, 2026. For further inquiries, contact Salvador Castillo at salvador.castillo@us.af.mil or by phone at 830-719-5161.
    Small Business Construction MATOC
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC) valued at $90 million, aimed at providing construction services across its Area of Responsibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support military and interagency projects, including sustainment, restoration, modernization, and new construction, with task orders ranging from $500,000 to $10 million. The MATOC is critical for ensuring timely execution of construction needs in a climate of uncertain funding and compressed timelines, while also promoting competition among small businesses. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further information, with the contract ordering period set for five years.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement is focused on engineering services, excluding projects for vertical construction facilities, and is set aside for small businesses under the SBA guidelines. The anticipated solicitation issuance date is December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested firms can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    Sources Sought: Minot AFB Construction MACC
    Dept Of Defense
    The Department of Defense, through the 5th Contracting Squadron, is seeking industry input for a potential Multiple Award Construction Contract (MACC) program at Minot Air Force Base (AFB) in North Dakota. This opportunity aims to identify qualified small businesses capable of performing maintenance, repair, minor construction, and design-build projects on real property at Minot AFB, which includes an extensive missile field. The anticipated contract will be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) arrangement, with a projected ceiling of approximately $250 million over ten years, reflecting an average yearly construction budget of $22 million. Interested parties are encouraged to submit a Capability Statement to the designated contacts by January 7, 2026, with further details available on the System for Award Management (SAM) website.
    Bas-OPs contract at Ft. Benning, GA and AL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses for the Bas-OPs contract at Fort Benning, Georgia, and Alabama. This procurement focuses on facilities support services, including housekeeping and operations support, essential for maintaining the functionality and cleanliness of military facilities. The contract is set aside for total small business participation, emphasizing the importance of supporting small enterprises in government contracting. Interested parties should reach out to Mike J. Vicory at michael.j.vicory.civ@army.mil or Jonathon Hecker at jonathon.r.hecker.civ@army.mil for further details regarding the submission process and any upcoming deadlines.
    MOKKITS Operations
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the MOKKITS Operations support contract, which focuses on the management and operational support of the Misawa/Osan/Kunsan/Kadena Instrumentation Training System (MOKKITS) for the Pacific Air Forces. The contractor will be responsible for a range of tasks including pod handling, data processing, and aircrew debriefing, ensuring high performance standards such as 95% pod loading within 60 minutes of takeoff and 100% operational readiness of the Live Monitor System. This contract is critical for supporting air combat training for USAF and allied aircraft within the PACAF area of operations, emphasizing the importance of maintaining operational readiness and security protocols. Interested parties can contact Joshua Ziegler at joshua.ziegler.3@us.af.mil or James Salazar at james.salazar.2@us.af.mil for further details.
    Multiple Award Task Order Contract for Design Build/Design Bid Build (DB/DBB) West
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Multiple Award Task Order Contract (MATOC) focused on Design Build/Design Bid Build (DB/DBB) projects in the Charleston District. This contract aims to establish a pool of up to seven contractors for general construction projects, with a total capacity of $99 million, to be utilized over a three-year base period and an additional two-year option period. The work will be conducted west of the Mississippi River, emphasizing the importance of efficient construction services in supporting military infrastructure. Interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further details, with the formal solicitation expected to be announced within the next 15 to 30 days.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.