Logistics Readiness Squadron Capabilities: RFI 332993 16 April 2025
ID: LRS_332993_16Apr2025Type: Sources Sought
Overview

Buyer

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

NAICS

Ammunition (except Small Arms) Manufacturing (332993)
Timeline
    Description

    The Department of Defense, through the Air Force Installation Contracting Command, is issuing a Supplemental Request for Information (RFI) to identify potential contractors capable of providing Logistics Readiness Squadron Capabilities (LRS-C) services across various Air Force bases. The procurement aims to establish a Multiple Award Contract (MAC) with an Indefinite Delivery Indefinite Quantity (IDIQ) model, covering a range of logistics services including materiel management, traffic management, vehicle management, and transportation support over a period of up to six years. This initiative is crucial for enhancing the operational readiness and efficiency of logistics operations within the Air Force. Interested vendors are required to submit their capability responses by May 1, 2025, to the designated points of contact, including Rick Thorp at richard.thorp.4@us.af.mil and Lisa Pendragon at lisa.pendragon@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the essential information required for entities responding to government RFPs (Requests for Proposals) and grants. It emphasizes the need for precise company details, including name, address, representative information, business classification (large or small), applicable socioeconomic statuses (such as 8(a) or HUBZone certifications), and relevant contract vehicles available for government procurement. The file also addresses the necessity of understanding whether a company operates primarily in the private or government sector, alongside contributions to mentor-protégé programs and any affiliation with larger parent corporations. The structure is organized to facilitate easy completion by prospective bidders, ensuring compliance with federal and state contracting requirements. Overall, the document serves as a guideline to streamline the application process for businesses eager to engage with government contracts while stipulating the importance of transparency and specificity in submissions.
    The document outlines the qualifications and experience required for companies seeking to provide services related to munitions handling and federal prisoner transport in response to federal RFPs. It emphasizes the necessity for companies to detail their licenses, facility clearances, and experience across various munitions-related tasks, including safety and security measures, transport logistics, inventory management, and maintenance procedures. Additionally, it seeks to assess company capabilities in federal prisoner transport, including security protocols, personnel training, compliance with federal regulations, and vehicle specifications. Each section prompts companies to indicate their level of experience, ranging from no experience to extensive experience. This RFP serves as a framework for government agencies to gauge potential contractors’ competencies in munitions and prisoner transport operations, ensuring that selected providers adhere to required safety, security, and regulatory standards.
    The Air Force Installation Contracting Command (AFICC) is issuing a Supplemental Request for Information (RFI) to gather insights from potential contractors capable of providing Logistics Readiness Squadron Capabilities (LRS-C) services across various Air Force bases. The proposed enterprise services contract might encompass all Air Force bases and is structured as a Multiple Award Contract (MAC) with an Indefinite Delivery Indefinite Quantity (IDIQ) model. The contract will span a period of up to six years, including a five-year ordering period. The scope of services includes materiel management, traffic management, vehicle management, fuels management, ground transportation, air transportation, and surge support. Interested vendors are instructed to provide detailed capability responses, focusing on their expertise in logistics and readiness operations. The RFI further includes a requirement for businesses to detail their company structure and socioeconomic status, ensuring the identification of viable small business partners. This RFI serves as an opportunity for the government to assess market capabilities and is not a solicitation for contract proposals. Interested parties should submit their responses by May 1, 2025, emphasizing their qualifications and relevant experience as specified in the Attachments provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Logistics Modernization Integration Support (LMIS) Pre-Solicitation Notice
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a Pre-Solicitation Notice for Logistics Modernization Integration Support (LMIS) aimed at modernizing warehouse equipment across various distribution sites. The DLA seeks industry feedback on a draft Performance Work Statement (PWS) to ensure clarity, feasibility, and to identify any potential restrictions, particularly regarding highlighted sections that pertain to vendor capabilities and cost implications related to additional requirements. This initiative is crucial for enhancing operational efficiency, reducing costs, and improving cybersecurity within DLA's global distribution centers. Interested parties are encouraged to submit their responses via email to Allexas Kirchgessner at allexas.kirchgessner@dla.mil by 12:00 PM EST on January 5, 2026, as this notice serves solely for market research and does not constitute a Request for Proposal.
    Request for Information(RFI)-Market Research for Logistics Deliverables
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is conducting a Request for Information (RFI) to identify qualified vendors capable of providing logistics deliverables for a new product, the Small Tactical Electric Power 3 Kili Watts. The RFI seeks comprehensive services including the creation of a Repair Parts and Special Tools List (RPSTL), Maintenance Allocation Chart (MAC), Provisioning Parts List (PPL), and Level of Repair Analysis (LORA), which are critical for the effective maintenance and operation of the new power system. This market research initiative is intended solely for planning purposes and does not constitute a solicitation or commitment to contract, with responses due by September 19, 2025, to the designated contacts at the Army. Interested vendors should submit their Rough Order of Magnitude (ROM) cost estimates and timelines to taylor.l.venanzi.civ@army.mil and rukiya.owusu.civ@army.mil.
    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.
    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.
    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.
    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.
    Synopsis - Materiel Management Operations
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for Materiel Management Operations (MMO) services at Edwards Air Force Base in California. The contract will require the selected contractor to provide comprehensive management, personnel, equipment, and services necessary for MMO functions, adhering to Performance-Based Service Acquisition principles and various regulatory compliance standards. This procurement is crucial for ensuring efficient logistics support and resource management at the base, with a solicitation expected to be posted by early January 2026. Interested parties can reach out to Amanda Tate at amanda.tate@us.af.mil or Norman Mackie at norman.mackie.1@us.af.mil for further information.
    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.
    Red LAN Sustainment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified contractors regarding the sustainment of the Red LAN system, a secure data processing and distribution platform critical for Space Domain Awareness (SDA) operations. The procurement aims to gather market research on capabilities related to the maintenance and enhancement of this mature system, which includes tasks such as hardware/software maintenance, cybersecurity sustainment, and anomaly resolution. The Red LAN system plays a vital role in ensuring continuous data processing and distribution for USSPACECOM’s SDA and Orbital Warfare missions. Interested parties must submit a Statement of Capability by January 2, 2026, and direct inquiries to Mr. James Delay at james.delay.3@spaceforce.mil.
    (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.