Cannon AFB- Strong Family Structure Program (SFSP) POAM
ID: FA4855KBPOAMType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4855 27 SOCONS LGCCANNON AFB, NM, 88103-5321, USA

PSC

SOCIAL- CHAPLAIN (G002)

Set Aside

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

    Sources Sought DEPT OF DEFENSE is seeking a contractor to provide management, counselors, instructors, curriculum, facilities/lodging, media, meals, childcare, and evidence-based data collection for Marriage Retreats, Family Retreats, and Date Nights at Cannon Air Force Base, New Mexico. The contractor must be registered as a small business in SAM.gov. The NAICS code for this action is 624190 - Other Individual and Family Services. Please review the attached Performance Work Statement for full requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    6BDE JCLC Manasota
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide comprehensive support services for the JROTC Cadet Leadership Challenge (JCLC) Manasota 2026, scheduled from June 1-5, 2026, in Bradenton, Florida. The contractor will be responsible for delivering all necessary personnel, equipment, supplies, and services, including lodging, nutritionally balanced meals, and training facilities for 250 cadets and 44 cadre, while ensuring a safe and compliant environment. This procurement is crucial for facilitating the leadership training of cadets and includes specific requirements such as medical support, various training facilities, and adherence to military regulations. Interested small businesses must respond to the Sources Sought Notice by December 17, 2025, with their qualifications and capabilities, and can contact Candice M. Hodges or Ranetta M. DeRamos for further information.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Dept Of Defense
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for the operation and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base (AFB) in New Mexico. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive non-personal services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair of the WWTP, which has a capacity of approximately 1.5 million gallons per day. Proposals must demonstrate technical capability, past performance, and pricing, with a focus on technical and past performance factors being significantly more important than price. Interested vendors should submit their proposals by January 7, 2026, at 12:00 P.M. MST, and are encouraged to attend site visits scheduled for December 4 and 11, 2025. For further inquiries, contact Karina Bala at karina.bala@us.af.mil or Iris Rangel Bermudez at iris.rangelbermudez.1@us.af.mil.
    COMBINED SYNOPSIS/SOLICIATION FOR NON-PERSONAL COMMERCIAL LODGING WITHIN A TEN (10) MILE RADIUS FROM PETERSON SPACE FORCE BASE, COLORADO
    Dept Of Defense
    The Department of Defense is seeking non-personal lodging services within a ten-mile radius from Peterson Air Force Base in Colorado. This requirement is set-aside for Small Businesses (SB) only and aims to award multiple Blanket Purchase Agreements (BPAs) for commercial lodging services. The lodging services should be able to meet the requirements defined in the Statement of Work (SOW), including the ability to block off rooms for reservation within the approved GSA Per Diem Rates that are Tax Exempt. The awarded BPAs will have a five-year period of performance with a minimum order value of $1.00 up to a ceiling of $500,000.00. Contractors interested in this opportunity should submit a capability statement demonstrating their aptitude and capability to meet all the requirements. The capability statement should include the contractor's name, physical address, point of contact information, verification of SAM Registration and/or DUNs/Cage Numbers, and a small business identification and size capability statement. The awarded BPAs will incorporate all the terms and conditions defined in the solicitation. This opportunity will be open for five years to allow for additional contractors/companies to be considered for award of a BPA. Interested contractors should submit their capability statement to the Contract Specialist and Contracting Officer listed in the document.
    OFF BASE PRIORITY CHILD CARE REFERRALS
    Dept Of Defense
    Solicitation DEPT OF DEFENSE is requesting pricing for childcare services in Colorado Springs, CO. The services will consist of referring childcare slots to off-base facilities to support the mission needs of PSFB. Multiple blanket purchase agreements will be established with approved vendors. Families can request care through militarychildcare.com, following the DoD priority system. Only written quotes will be accepted.
    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.
    First Sergeant Academy Guest Speaker (Intent to Sole Source)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Courageous Leadership Alliance, INC. for guest instructor services at the First Sergeant Academy located at Maxwell Air Force Base in Alabama. The contractor will provide onsite training focused on personal, group, and organizational development, along with compatible digital instructional materials and portable student handouts. This Firm-Fixed Price contract, which falls under NAICS code 611430, is set to run from February 1, 2025, to January 31, 2030, and interested parties must submit their capability statements and company information by December 15, 2025, at 12:00 pm CST to be considered. For further inquiries, interested vendors can contact SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or LaChandra Thompson at lachandra.thompson@us.af.mil.
    Eaker Center Maxwell AFB - FSA Guest Speaker Sources Sought
    Dept Of Defense
    The Department of the Air Force is seeking information from industry regarding the procurement of a Guest Speaker for the First Sergeant Academy at Maxwell Air Force Base (AFB) in Alabama. The contractor will be responsible for providing personality-based communication and productivity training as part of a new four-week course, focusing on personal, group, and organizational development tailored to the unique challenges faced by First Sergeants. This initiative is crucial for enhancing the skills and effectiveness of First Sergeants, ensuring they are well-prepared for their roles. Interested parties should contact SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or 334-953-3879, or LaChandra Thompson at lachandra.thompson@us.af.mil or 334-953-6569 for further details, with the performance period anticipated from February 1, 2025, to January 31, 2030.
    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.
    Catholic Priest Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Catholic Priest Services at Space Base Delta 1 (SBD 1) in Colorado Springs, Colorado. The contractor will be responsible for presiding over Catholic liturgical activities, managing programs, and providing pastoral care for the Catholic community, as outlined in the Performance Work Statement (PWS). This opportunity is a total small business set-aside under NAICS code 813110, with a contract structure that includes a base year, four option years, and a six-month extension. Interested offerors must submit their quotations by January 31, 2026, and direct any inquiries to Nicole Harden at nicole.harden.1@spaceforce.mil or Samuel Souil at samuel.souil@spaceforce.mil.
    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.