AFLCMC/AZS EPASS FOPR 79 Request for Information for Armament Directorate
ID: FA872125R0079Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8721 AFLCMC PZE CMHANSCOM AFB, MA, 01731-2800, USA

Set Aside

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

    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking information from qualified small businesses for Engineering, Administrative, and Professional Support Services (EPASS) in support of the Armament Directorate. This Request for Information (RFI) aims to assess the capabilities of potential contractors to fulfill the requirements outlined in the Draft Performance Work Statement (PWS), which emphasizes the need for comprehensive advisory and assistance services to enhance the capabilities of military and civil service personnel. The services are critical for the design, development, production, and sustainment of munitions for the U.S. Air Force and allied nations, ensuring operational readiness and innovation in armament systems. Interested parties must submit their responses by October 15, 2024, to the designated contacts, Jeremy Berard and Meredithe Sweeney, via email, as this RFI is intended for planning purposes and does not guarantee future contract awards.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a draft Level of Effort (LOE) matrix for a federal government contract identified as FA8721-25-F-XXXX, detailing staff hours needed for various organizational functions over five years, from May 2025 to April 2030. It presents total hours allocated to different functional areas (EBA, EBD, EBDI, etc.), with each listed organization requiring a specific number of hours annually, which remains constant across the specified years. The total labor hours sum to 1,112,114, with the document structured to indicate the staffing needs and distribution for each fiscal year and associated positions. The purpose of this matrix is to provide a detailed breakdown of manpower allocation, facilitating budget proposals and enhancing project management efficiency in alignment with government contracting requirements. This draft serves as a foundational document, preparing the organization for potential submissions related to federal RFPs and grants, ensuring clarity on resource requirements as part of broader funding initiatives.
    The document is a Performance Work Statement (PWS) for Engineering, Professional, and Administrative Support Services (EPASS) in support of the Armament Directorate of the U.S. Air Force Life Cycle Management Center (AFLCMC). It outlines the need for contracted support to enhance the existing capabilities of military and civil service personnel within the Armament Directorate, indicating a focus on comprehensive advisory and assistance services. The PWS includes various divisions within the Armament Directorate, such as Air Dominance, Attack, Munitions Sustainment, and others, each responsible for specific areas of armament technologies and systems. The document details the scope of services, emphasizing non-personal services that require contractors to operate independently while adhering to government guidelines. Key performance requirements include proficiency in office automation tools, professional conduct, compliance with data rights, and the ability to manage different labor categories based on skill levels. It specifies roles for program management, engineering support, logistics, and financial management, providing a clear framework for the contractor's responsibilities in supporting the Air Force's armament acquisition and sustainment efforts. Overall, the PWS reflects the Air Force's commitment to innovation and efficiency in improving armament systems and their lifecycle management through contracted expertise.
    The GSA OASIS+ EPASS FOPR 79 document details the instructions for offerors concerning Task Order FA8721-25-F-XXXX at Eglin AFB. It provides guidance on filling out the Labor Category Analysis Tables (LCATs), specifying choices for indirect options and cost/price summaries for various labor categories, including labor, travel, and other direct costs. The document outlines estimated costs for multiple contract line items (CLINs) across several option years, totaling an evaluated price of $3,423,420. Key positions listed include various acquisition program engineers and specialists with different skill levels and clearance requirements. The evident focus is on adherence to cost structures and labor classifications necessary for fulfilling contract requirements in federal, state, and local government procurement processes. Overall, the file serves as a comprehensive guide for contractors interested in participating in the bidding process, ensuring that all potential proposal elements comply with federal guidelines.
    The document focuses on gathering information from companies regarding their capability to submit proposals for a potential government contract under the GSA OASIS+ Small Business (SB) program. Companies are asked to confirm whether they provide specific services commercially and if they can fulfill the requirements outlined in the draft Performance Work Statement (PWS). Key inquiries include experience with multi-location contracts, ability to provide personnel with security clearances, and past work with Department of Defense (DoD) facilities. Additionally, companies must evaluate their need for subcontracting, assess the relevance of specific GSA OASIS+ SB domains, assign appropriate North American Industry Classification System (NAICS) codes, and identify any required changes to the draft PWS. The emphasis is on ensuring companies are well-equipped for contract transition and performance metrics. This document serves as a tool for the federal government to gauge potential bidders’ qualifications and readiness to propose on government contracts, while ensuring compliance with requisite standards and regulations.
    The Air Force Life Cycle Management Center (AFLCMC) is requesting information through Fair Opportunity Proposal Request (FOPR) 79 to gather insights for Engineering, Administrative, and Professional Support Services (EPASS) for its Armament Directorate. This RFI is specifically aimed at GSA OASIS+ Small Business awardees and serves to assess the capabilities related to the outlined requirements in the Draft Performance Work Statement (PWS). The endeavor supports the design, development, production, and sustainment of munitions for the U.S. Air Force and allied nations. Respondents are invited to provide feedback on relevant domains, questions, and comments regarding the requirement. All inquiries and responses are due by October 15, 2024, and should be sent via email to designated officers. This RFI solely seeks information for planning purposes and does not imply any commitment to future contract awards. The government urges potential offerors to remain vigilant through GSA OASIS+ channels for subsequent solicitations.
    Lifecycle
    Similar Opportunities
    EPASS Task Order Phasing Plan
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is announcing opportunities for Engineering, Professional, and Administrative Support Services (EPASS) through a special notice regarding the Task Order Phasing Plan. This initiative aims to facilitate Fair Opportunity Competitions (FOCs) for small businesses within the GSA OASIS Small Business pool, ensuring that prospective prime offerors are eligible for task order awards. The EPASS program is crucial for acquiring Advisory and Assistance Services (A&AS) to support various defense-related projects, with a commitment to maximizing opportunities for small businesses as part of the acquisition strategy. Interested parties should note that the GSA OASIS SB IDIQ ordering period concludes on December 19, 2024, and can reach out to Emily Starkey at emily.starkey@us.af.mil or Rimma Shlahtechman at rimma.shlahtechman@us.af.mil for further information.
    EGLIN OPERATION AND MAINTENANCE SERVICES (EOMS) II - RFI #4 - DRAFT REQUEST FOR PROPOSAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Eglin Operation and Maintenance Services (EOMS) II contract, which is anticipated to replace the current EOMS contract. The procurement aims to provide comprehensive operation and maintenance services in support of military aerospace equipment and weapons testing, including management of facilities, equipment, and instrumentation at Eglin Air Force Base and potentially other locations. This initiative is crucial for ensuring mission readiness and operational efficiency in defense activities, with a contract term expected to last up to 10 years, starting around April 1, 2026. Interested parties are encouraged to submit their feedback on the draft Request for Proposal by December 17, 2024, to the designated contacts, Ronald Wilson and John Sarver, via their provided email addresses.
    Weapons Range Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for Weapons Range Services as outlined in a Request for Information (RFI) issued by the 48th Contracting Squadron. The primary objective of this procurement is to provide comprehensive air weapons range services for the United States Air Force, ensuring safe and effective training operations, including air-to-surface and air-to-air exercises. The contractor will be responsible for a range of activities, including range operations, safety management, air traffic control support, and target deployment, all while adhering to military standards and safety regulations. Interested parties can reach out to Connor Jeter at connor.jeter@us.af.mil or Valerie Cuevas at valerie.cuevas@us.af.mil for further information regarding this opportunity.
    IT Systems Support for DAF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified partners for IT Systems Support under a Request for Information (RFI) aimed at enhancing Integrated Management and Business Systems Support (IMBSS) in a classified environment. The procurement focuses on modernizing existing IT solutions, particularly for a financial system, utilizing agile methodologies and DevSecOps principles, with key requirements including expertise in Linux, Kubernetes, and experience with Commercial Off the Shelf Enterprise Resource Planning (COTS ERP) systems. This initiative is critical for improving the efficiency and security of IT operations within the Air Force. Interested parties must submit their responses by October 16, 2024, at 4:00 P.M. Mountain Time, and can reach out to Laycee Moss at laycee.moss@us.af.mil or Benjamin Peterson at benjamin.peterson.8@us.af.mil for further inquiries.
    AFMC/IDO Technical and Mangement Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Materiel Command Integrated Development Office (AFMC/IDO), is seeking vendor capability information for technical and management support services aimed at enhancing the acquisition of U.S. Air Force capabilities and technologies. The primary objectives include developing integrated capabilities, managing security programs, executing technical projects, and ensuring adherence to budgetary and timeline goals, with a strong emphasis on recruiting skilled professionals across various functional areas such as IT, engineering, logistics, and security. This opportunity is critical for supporting the Air Force's technological advancements and operational readiness, with responses to the Request for Information (RFI) due by October 15, 2024. Interested vendors can contact Mary White at mary.white.2@us.af.mil for further details.
    Engineering Support Services for F-35 Aircraft Store Compatibility (ASC) Engineering Capability
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is conducting a market survey to identify sources capable of providing engineering support services for maintaining F-35 Aircraft Store Compatibility (ASC) engineering capability. The objective of this procurement is to sustain and enhance the organic ASC capability within the Air Force SEEK EAGLE Office (AFSEO), which is critical for testing and analyzing new aircraft/store configurations for the F-35A aircraft. Interested parties are encouraged to submit capabilities statements detailing their expertise in various engineering disciplines, including Physical Fit and Function, Aircraft and Store Loads, and Flutter and Dynamics, among others. For further inquiries, potential respondents can contact Heather Stiles at heather.stiles@us.af.mil.
    F-35 Joint Program Office Security Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the F-35 Joint Program Office (JPO), is seeking qualified contractors to provide Security Knowledge Based Services to support the F-35 Lightning II program. The objective is to ensure comprehensive security support across various disciplines, including General Security, Industrial Security, Information Security, Personnel Security, and Physical Security, to protect sensitive technology and manage classified information throughout the F-35 acquisition and sustainment lifecycle. This opportunity is critical for maintaining the operational integrity and security standards of the F-35 program, with a planned Indefinite Delivery/Indefinite Quantity (IDIQ) contract spanning five years and multiple task orders anticipated. Interested parties should review the draft Performance Work Statement (PWS) attached to the Request for Information (RFI) and submit their feedback by the specified deadline to Carla McCoy at carla.mccoy@jsf.mil or Benjamin Sherrill at benjamin.sherrill@jsf.mil.
    Modernization, Enterprise Management, and Select Sustainment Requirements of the F-15 Eagle Weapon System
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking capable sources for the modernization, enterprise management, and sustainment of the F-15 Eagle Weapon System. This opportunity involves multiple contracting vehicles, including stand-alone contracts and Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, aimed at fulfilling future requirements for the F-15 system, which is critical for both United States Air Force operations and Foreign Military Sales. Interested parties must demonstrate their ability to provide a range of services, including hardware and software design, integration, testing, and support, with submissions due by 4 PM EST on September 16, 2024. For further inquiries, potential respondents can contact Valerie Neff at valerie.neff@us.af.mil or Stacey Carone at stacey.carone@us.af.mil.
    MDA Agile Professional Services Solution (MAPSS)
    Active
    Dept Of Defense
    The Missile Defense Agency (MDA) is seeking industry participation for its Agile Professional Services Solutions (MAPSS) initiative, which aims to procure a range of advisory and assistance services to enhance missile defense capabilities for the U.S. and its allies. The procurement will be structured in multiple tranches, focusing on areas such as quality assurance, intelligence, cybersecurity, and specialized engineering, with a significant emphasis on small business participation. This initiative is crucial for maintaining and advancing the effectiveness of the Missile Defense System, with the first tranche expected to lead to contract awards in late 2025. Interested vendors are encouraged to submit capabilities statements and responses to Requests for Information (RFIs) by October 3, 2024, and can direct inquiries to Laura Mabe at laura.mabe@mda.mil or call 256-361-3705.
    RFI: Space Security and Defense Program (SSDP), Space Domain Awareness (SDA) Division, Space Domain Awareness Capabilities
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force District of Washington, is seeking information through a Request for Information (RFI) regarding capabilities and services related to Space Domain Awareness (SDA) as part of the Space Security and Defense Program (SSDP). The objective is to gather innovative and proven concepts that can effectively address threats in a dynamic space environment, with a focus on support to fires, surveillance of man-made objects, intelligence and reconnaissance, and environmental monitoring for the years 2030 to 2040. This initiative is crucial for enhancing the United States Space Force's operational capabilities and ensuring effective space operations. Interested parties must submit their concepts by November 14, 2024, to the designated email address, SpOC.SWAC.RFI@spaceforce.mil, and are encouraged to follow specific submission guidelines outlined in the RFI.