ICD 705/SSM Physical Security Training
ID: FA860125Q0055Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Professional and Management Development Training (611430)

PSC

EDUCATION/TRAINING- OTHER (U099)

Set Aside

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

    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals from qualified small businesses for a firm-fixed-price contract to provide Intelligence Community Directive (ICD) 705 and Site Security Management (SSM) training at Wright Patterson Air Force Base in Ohio. The training aims to enhance the skills of security personnel responsible for overseeing Sensitive Compartmented Information Facilities (SCIF) and Special Access Program Facilities (SAPF), ensuring compliance with federal security standards. The contract is valued at approximately $15 million and spans from August 2025 to September 2028, with proposals due by April 29, 2025. Interested offerors can contact Curtis Thomas at curtis.thomas.4@us.af.mil or Candice Snow at candice.snow@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation FA8601-25-Q-0055 by the Department of Defense, specifically the Air Force Life Cycle Management Center, invites proposals for a firm-fixed-price contract to provide Intelligence Community Directive (ICD) 705 and Site Security Management (SSM) training at Wright Patterson Air Force Base, Ohio. This combined synopsis/solicitation is designed for a 100% Small Business set-aside, adhering to the Federal Acquisition Regulation guidelines. The proposal evaluation will focus on technical capability and the lowest total evaluated price that is fair and reasonable. Interested offerors must submit their proposals electronically by April 29, 2025, with specific requirements outlined, including company and contact information, individual item pricing, and submission in permitted file formats. The performance period spans from August 2025 to September 2028, requiring compliance with outlined training standards. Proposals must clearly demonstrate conformity to the Government's needs and specifics in the Performance Work Statement. The solicitation emphasizes technical merit and cost-effectiveness to ensure valuable training services for the Air Force.
    The Department of Defense, specifically the Air Force Life Cycle Management Center, has issued a combined synopsis/solicitation (FA8601-25-Q-0055) for a firm-fixed-price contract to provide Intelligence Community Directive (ICD) 705 and Site Security Management (SSM) training at Wright Patterson Air Force Base, Ohio. This request is open exclusively to qualified small businesses, adhering to the NAICS code 611430 for Professional and Management Development Training. Proposals are sought based on the lowest price technically acceptable (LPTA) method, requiring conformance to the solicitation's requirements and a reasonable total evaluated price. Proposals must be submitted electronically by April 10, 2025, through specified email addresses, including detailed company information, pricing, and compliance documentation. The performance period is projected from August 2025 to September 2028, with delivery at a designated FOB destination. The solicitation emphasizes compliance with the Federal Acquisition Regulation standards and sets clear guidelines for proposal content and submission, underlining the government's prerogative to award or refrain from awarding contracts based on proposal quality. The attachment includes essential documentation such as the Performance Work Statement and certifications required from offerors.
    The Performance Work Statement (PWS) outlines the requirements for Site Security Manager (SSM) and ICD 705 Physical Security Training for the Headquarters Air Force Materiel Command (HQ AFMC) Special Access Program Management Office (SAPMO). The objective is to equip security personnel with essential skills for overseeing Sensitive Compartmented Information Facilities (SCIF) and Special Access Program Facility (SAPF) related activities. The training comprises a 40-hour course focused on topics such as SCIF/SAPF planning, construction security, and accreditation standards, adhering to the latest technical specifications. Course delivery will emphasize hands-on learning and incorporate principles of Adult Learning, targeting both experienced and novice security personnel. The contractor will provide hard-copy training materials, maintain quality control through feedback, and ensure compliance with OSHA safety regulations at Wright-Patterson AFB. Additionally, the contractor must present detailed course content to the government for approval and maintain documentation of attendance and instructor qualifications. The overarching aim of this training program is to enhance national security by fostering a workforce capable of effectively managing sensitive information through appropriate security measures. This initiative aligns with government standards for RFPs and grants, emphasizing quality training and compliance in securing the nation's defense infrastructure.
    This Performance Work Statement (PWS) outlines the requirements for Site Security Manager (SSM) and ICD 705 Physical Security Training, aimed at ensuring that security personnel supporting Sensitive Compartmented Information Facilities (SCIF) and Special Access Program Facilities (SAPF) possess the necessary skills for oversight during their design, construction, and accreditation. The training is designated for Department of the Air Force (DAF) security personnel who need foundational knowledge to manage SCIF/SAPF planning and security effectively. The contract specifies that training should not exceed 40 hours over a five-day period, incorporating adult learning principles, hands-on activities, and collaboration with subject matter experts. It requires quality course content, including materials tailored to meet audience needs, instructional quality, and adherence to safety protocols as mandated by the Voluntary Protection Program (VPP). Additionally, the contractor is responsible for maintaining training quality, ensuring adequate attendance records, issuing certificates of completion, and documenting compliance with safety standards. The PWS also emphasizes the importance of feedback and communication between the government and the contractor during the training period. This contract is essential for national security, as it aims to protect classified information and ensure compliance with federal security standards.
    The document outlines the requirements for Offeror Representations and Certifications pertinent to commercial products and services in government contracting, particularly focusing on verifying the eligibility and compliance of bidders. Offerors must complete specific representations based on their status in the System for Award Management (SAM), particularly addressing business size, ownership status (such as small, veteran-owned, or women-owned businesses), and other relevant certifications. The text mandates detailed self-representation regarding any unpaid federal tax liabilities or felony convictions, including stipulations for corporations. Furthermore, it addresses the necessity of disclosing participation in previous contracts subject to equal opportunity clauses and affirmative action compliance programs. This provision ensures transparency and accountability in federal contracting processes, particularly regarding the involvement of small and disadvantaged businesses, emphasizing the government’s commitment to equitable contracting opportunities and compliance with legal and regulatory standards.
    The document presents wage determinations under the Service Contract Act by the U.S. Department of Labor, detailing wage rates and fringe benefits for various occupations within certain Ohio counties. It specifies that contracts entered into after January 30, 2022, must comply with minimum wage standards set by Executive Orders 14026 and 13658, mandating rates of at least $17.75 and $13.30 per hour respectively, depending on contract timelines. A comprehensive list of jobs and corresponding wage rates for administrative, automotive, food service, health, and technical occupations is included, with additional stipulations regarding benefits such as health and welfare, vacation, and holiday pay. Notably, the document outlines conformance processes for new job classifications not directly included in the wage determination. Furthermore, provisions regarding paid sick leave are stipulated for contracts awarded on or after January 1, 2017, under Executive Order 13706. The document serves as a regulatory guide for contractors ensuring compliance with labor standards on federal contracts, facilitating the equitable treatment of workers by detailing minimum wages, benefits, and worker protections essential for state and local procurements.
    The document from the Department of the Air Force outlines responses to inquiries regarding solicitation FA8601-25-Q-0055 for training courses. The main focus is on the ICD-705 training requirements, which emphasize a maximum of 40 hours of instruction over a 3- to 5-day period, accommodating 25 students per course. Each course will be distinct, and completion of one course is not a prerequisite for attending another. The training is designed for security personnel, including those with fundamental knowledge in physical security. There will be updates to the Performance Work Statement (PWS) and solicitation to clarify course lengths. Pricing should reflect the specified course structure, allowing for adjustments based on inflation or justified changes. This document ensures proper alignment of expectations between the government and potential contractors for these instructional courses.
    The document outlines a solicitation for a contract for commercial products and services specifically targeting women-owned small businesses (WOSB). The requisition is identified as FA860125Q0055, issued by the Air Force Material Command Headquarters (HQ AFMC) for two types of training: Intelligence Community Directive (ICD) 705 and Site Security Manager (SSM) training. The solicitation includes details such as delivery dates, schedule, quantities, pricing, and locations, with a total award amount of USD 15,000,000. The primary objective is to provide essential training services to enhance security protocols in accordance with established directives at specified locations, such as Wright-Patterson AFB and the Wright Brothers Institute in Dayton, Ohio. The contract includes specific inspection and acceptance criteria, insurance provisions, and various clauses to ensure compliance with federal regulations and support small business participation. The document covers terms for invoicing and payment, emphasizes adherence to federal acquisition regulations, and includes contact details for further inquiries, highlighting the importance of proper communication during the bidding process.
    The Office of the Under Secretary of Defense issued a memorandum to various military commands and procurement offices regarding the implementation of Section 889(a)(1)(B) of the National Defense Authorization Act (NDAA) for Fiscal Year 2019. This provision prohibits federal contracting with entities using certain telecommunications and video surveillance equipment or services, particularly those from specified Chinese companies. Effective August 13, 2020, contracting officers are required to ensure compliance by obtaining representations and disclosures from offerors about their use of covered equipment. Contracts need to include clauses that stipulate reporting requirements if such equipment is discovered during performance. The memorandum details the responsibilities of contracting officers in handling contracts and outlines procedures for waivers and exceptions. It emphasizes a multi-step compliance mechanism for contractors and the government to manage the risks associated with covered technology while maintaining operational integrity and national security. The document underscores the importance of vigilance in procurement to prevent the potential compromise posed by specific foreign telecommunications products and services.
    The document outlines mandatory representations and certifications that offerors must complete when responding to federal solicitations for commercial products and services. Key provisions include the requirement for offerors to verify annual representations and certifications in the System for Award Management (SAM) and provide specific details regarding their business size and ownership status, such as small business concerns, veteran-owned status, and women-owned status. Furthermore, it includes provisions relating to tax liability and felony convictions, stating that corporations with unpaid federal tax liabilities or felony convictions cannot be awarded contracts unless the awarding agency waives these issues after careful consideration. The document also addresses compliance with equal opportunity laws and the requirement for affirmative action programs as part of the offeror's obligations. Overall, the document serves to standardize the representation process in federal contracting, ensuring transparency and adherence to regulations that support equitable access for various business categories. The emphasis on compliance with tax and legal standards reflects the government's commitment to fostering integrity in its procurement processes.
    The document outlines a solicitation for a contract under the Women-Owned Small Business (WOSB) program, specifically for Intelligence Community Directive (ICD) 705 and Site Security Manager (SSM) training for the Air Force Material Command Headquarters (HQ AFMC). The solicitation includes essential details such as the requisition and contract numbers, important dates for submission, and contact information for the contracting officer. The training services requested involve a firm-fixed price arrangement for a total of 15,000,000 USD, aimed at enhancing physical security protocols. Training is set to occur at the Wright Brother's Institute in Dayton, Ohio, with a structured delivery schedule spanning multiple years, featuring options for extension based on performance. Notably, the document references compliance with various federal acquisition regulations (FAR) and Defense Federal Acquisition Regulations (DFARS), ensuring adherence to governmental standards throughout the contract period. The document serves as a comprehensive guide for potential contractors seeking to navigate the bidding process and fulfill federal requirements while promoting the involvement of women-owned businesses in government contracts.
    This document serves as Amendment 0001 to a federal solicitation, extending the deadline for offer submissions by 15 days, now due on April 29, 2025. It updates the Performance Work Statement (PWS) to outline the course length for the ICD 705 and attaches a wage determination to the solicitation. The amendment includes the first round of Questions and Answers related to the solicitation, clarifying expectations and terms. Attachments added include the revised Performance Work Statement, wage determinations, and the Q&A document, while the previous version of the Performance Work Statement is removed. The amendment ensures that all terms and conditions of the original solicitation remain unchanged, highlighting the importance of compliance with acknowledgment procedures for offers submitted. This document exemplifies the procedural updates typical in federal Request for Proposals (RFPs), integral for maintaining clarity and transparency in government contracting processes.
    The memorandum from the Office of the Under Secretary of Defense outlines the implementation of the prohibition on contracting with entities that use certain telecommunications and video surveillance services or equipment, pursuant to Section 889(a)(1)(B) of the National Defense Authorization Act (NDAA) for Fiscal Year 2019. Effective August 13, 2020, this rule requires federal contracting officers to verify the use of covered telecommunications equipment by offerors prior to contract awards, extensions, or renewals. The rule identifies specific Chinese companies and their subsidiaries whose products are excluded. Additionally, contracts must include provisions for reporting any discovery of prohibited equipment during contract execution. Contracting officers are tasked with obtaining representations from offerors regarding their compliance with the prohibition, assessing any potential exceptions, and potentially pursuing waivers when necessary. The memorandum emphasizes the need for risk management in supply chains and outlines a structured approach for implementing these requirements, including collaboration with the Director of National Intelligence. Ultimately, the directive aims to enhance national security by minimizing reliance on foreign entities that may pose risks associated with critical technology in defense-related contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Spatial Disorientation CLS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking Contractor Logistics Support (CLS) for the Spatial Disorientation (SD) training systems utilized in pilot training across multiple Air Force bases. The procurement aims to sustain and enhance the functionality of five existing Gyro Integrated Physiological Trainer (IPT) devices, which are critical for training pilots to recognize and manage spatial disorientation during flight. This training is essential for ensuring pilot safety and operational effectiveness, as it exposes them to typical vestibular and visual illusions encountered in aviation. Interested parties should note that responses to the Request for Information (RFI) are due by January 16, 2026, with the anticipated contract starting in January 2027, structured as a Firm Fixed Price for a base year and five option years. For further inquiries, contact Pamela K. Randall at pamela.randall.1@us.af.mil or John Bowers at john.bowers.7@us.af.mil.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    Professional Master's of Manufacturing Leadership Program, IAW PWS dated 07 August 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide a Professional Master's of Manufacturing Leadership Program in support of Robins Air Force Base in Georgia. The procurement encompasses all necessary personnel, equipment, supplies, and services required for training courses, certificate programs, and degree offerings, including graduation materials. This initiative is crucial for enhancing workforce development and management training within the Air Force, with a contract period spanning from January 1, 2026, to December 31, 2030. Interested parties should submit their quotes by December 19, 2025, and can contact Curtis Green at curtis.green.9@us.af.mil or 478-222-3733 for further information.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil.
    ACO-P Cyber School course
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the ACO-P Cyber School course at Fort Gordon, Georgia, aimed at providing instructional support services for the U.S. Army Cyber School. This contract, designated as W9124926RA003, seeks Women-Owned Small Businesses (WOSB) to deliver Advanced Cyber Operations-Procedures (ACO-P) Labor, with a base period from February 16, 2026, to February 15, 2027, and two additional one-year option periods. The services are critical for enhancing the training capabilities of 17-series personnel in the cyber career field, ensuring they are equipped to address evolving cyber threats. Interested parties must submit their proposals to Mr. Joseph Guss by email by the closing date specified on SF 1449, with all proposals remaining valid for 180 days. For further inquiries, contact Mr. Guss at joseph.e.guss2.civ@army.mil or Ms. Tia Harris at tia.j.harris.civ@army.mil.
    Practitioner e-Learning
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Practitioner e-Learning platform aimed at providing continuous process improvement training, including Lean Six Sigma and project management methodologies, to Airmen and Guardians. The platform must support at least 750 simultaneous users and offer a range of courses from foundational to advanced levels, integrating AI/ML for enhanced interactivity and feedback. This initiative is crucial for enhancing the skills and competencies of military personnel, ensuring they are equipped with current industry methodologies. Proposals are due by December 22, 2025, at 1300 Eastern Time, with questions accepted until December 1, 2025. Interested parties should contact Destinee Narak at destinee.narak@us.af.mil for further information.
    Training in the fabrication and flying of First Person View (FPV) small, unmanned aircraft system (sUAS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Special Warfare Command under the US Special Operations Command (USSOCOM), is seeking quotes for a training program focused on the fabrication and operation of First Person View (FPV) small unmanned aircraft systems (sUAS). The procurement aims to provide a comprehensive biannual, ten-day Initial Qualification Training (IQT) course for up to six personnel, covering essential topics such as FPV system theory, design, assembly, and advanced flight techniques, with a total of 80 hours of instruction. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a Firm-Fixed-Price contract, with the base year commencing on January 15, 2026, and includes two option years. Interested parties should direct inquiries to Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil, and note that the current solicitation is not funded as per FAR Clause 52.232-18.
    67 CW IW Training
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking professional services for the "67 CW IW Training" project at Joint Base San Antonio-Lackland in Texas. The objective of this procurement is to conduct an education and design study that will determine the future organizational schema for the 67th Cyberspace Wing (CW) and inform the development of courses of action for the 16th Air Force, aligning with the goals set during the Senior Leader Summit to enhance Information Warfare (IW) capabilities. This initiative is crucial for maturing IW strategies and ensuring effective results delivery. Interested parties can reach out to Cathy Summers at cathy.summers@us.af.mil or call 405-734-5410 for further details regarding this opportunity.
    Fall Protection Certification Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Fall Protection Certification Services at Edwards Air Force Base in California. The procurement includes comprehensive inspection, certification, and training services for fall protection systems, ensuring compliance with safety standards and regulations. This contract is particularly significant as it involves maintaining safety protocols for personnel working at heights, with a total award amount of $11,500,000 over a performance period from January 1, 2026, to December 31, 2030, including one base year and four option years. Interested small businesses must submit their quotes by December 15, 2025, and can direct inquiries to Contract Specialist Alexia Del Real at alexia.delreal@us.af.mil or Contracting Officer Suzanna Kussman at suzanna.kussman@us.af.mil.
    Survival, Evasion, Resistance, and Escape (SERE) Support Services
    Dept Of Defense
    The Department of Defense, through the Air Force Installation Contracting Center (AFICC) 338th Enterprise Sourcing Squadron, is seeking qualified sources for Survival, Evasion, Resistance, and Escape (SERE) Support Services at Fairchild Air Force Base (AFB), WA, and Joint Base San Antonio (JBSA) – Lackland, TX. The procurement involves providing non-personal services for various SERE training programs, including advanced skills training, water survival, and conduct after capture, with the contract structured as a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) over a four-year base period and a two-year option period. This acquisition is a total Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside, emphasizing the importance of performance and technical capability over price in the evaluation process. Interested offerors must register under NAICS code 611519 and submit proposals electronically by the specified deadlines, with the anticipated solicitation release around January 12, 2026. For further inquiries, contact Cameron Fernald at cameron.fernald@us.af.mil or Justin Haynes at justin.haynes.7@us.af.mil.