Data and Admin Clerk for Transition Assistance Program (TAP), Offutt AFB, Nebraska
ID: FA460025Q0032Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4600 55 CONS PKPOFFUTT AFB, NE, 68113, USA

NAICS

Office Administrative Services (561110)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)

Set Aside

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

    The Department of Defense is seeking a contractor to provide data and administrative clerk services for the Transition Assistance Program (TAP) at Offutt Air Force Base in Nebraska. The contractor will be responsible for full-time administrative tasks, including data entry and maintaining personnel records, while adhering to safety protocols and compliance with labor standards. This role is crucial for supporting military personnel transitioning to civilian life, ensuring efficient program operations. Interested small businesses must submit their proposals by March 13, 2025, with the contract anticipated to start on March 31, 2025. For further inquiries, contact Daniel Kuchar at daniel.kuchar@us.af.mil or 402-294-7282.

    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for an administrative and data clerk role under the Military and Family Readiness (M&FR) Transition Assistance Program (TAP) at Offutt Air Force Base, NE. The contractor is tasked with recruiting, managing, and retaining qualified personnel to provide essential administrative services, ensuring compliance with legal and quality standards. Responsibilities include data entry, managing schedules, maintaining personnel lists, and ensuring a professional work environment. The contract covers non-personal services and stipulates that the government will not supervise contractor personnel, who must meet specific qualifications, including relevant education and experience. Contractors are responsible for maintaining security and privacy regulations and must develop a quality control program to meet performance metrics. Operations will take place Monday to Friday, with guidelines on attire and behavior. The contractor must coordinate all employee absences and ensure training requirements are met. The document underscores the importance of compliance with both military specifications and federal regulations, aiming to enhance the effectiveness of the TAP program in supporting military personnel transitioning to civilian life.
    The document is a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor, outlining minimum wage rates and fringe benefits for workers on federal service contracts. Contracts awarded after January 30, 2022, must pay a minimum of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must meet a minimum wage of $13.30 per hour unless higher rates are specified. The document lists occupation codes, job titles, and corresponding wage rates for various roles in sectors such as administrative support, healthcare, and maintenance services, covering regions in Iowa and Nebraska. Furthermore, it details employee benefits such as health and welfare contributions, paid vacation, and paid sick leave under Executive Order 13706. The document emphasizes compliance with labor regulations and includes provisions for additional classifications and conformance procedures for jobs not specifically listed. It serves as a guide for contractors to ensure fair compensation and legal adherence when providing services to the federal government, aiming to uphold worker protections and equitable labor practices.
    Laredo Technical Services, Inc. appealed a NAICS code designation made by the U.S. Department of the Air Force for their Request for Quotations (RFQ) No. FA460024Q0096, which sought data entry and administrative services. The Contracting Officer assigned NAICS code 561320 (Temporary Help Services), while Laredo argued it should be 561110 (Office Administrative Services), noting it better reflects the contract's focus on administrative services rather than temporary staffing. The appeal was timely, and the Small Business Administration (SBA) granted it, agreeing that the CO erroneously selected the NAICS code. The ruling emphasized that the contractor would not supply temporary workers, as the employee would perform administrative tasks under the contractor's supervision, not the Air Force's. The SBA concluded that NAICS code 561110 accurately characterizes the procurement services and mandated that the RFQ be amended accordingly. This case illustrates the importance of correctly identifying NAICS codes in federal procurement to ensure appropriate competition and compliance with regulatory standards.
    The Transition Assistance Program (TAP) Data and Administrative Clerk solicitation (FA460025Q0010) seeks qualified candidates for an in-person role primarily at Offutt Air Force Base, with minimal situational telework options. The previous contract was managed by PHENOM LLC at a value of $118,214.40. Candidates are not required to have previous security clearances but will undergo background checks during onboarding. Submissions do not require resumes but must demonstrate the ability to meet technical aspects outlined in the Performance Work Statement (PWS). The government provides essential equipment and workspace for the role, while expectations for training, including HIPAA and Privacy Act compliance, will be addressed onsite. The contract will maintain standard 2080 hours of annual service, adhering to Executive Orders concerning minimum wage and health & welfare provisions. There are no plans for travel or additional hours apart from the specified annual obligations. The anticipated start date is approximately 3-4 weeks post-award. This RFP effectively serves to reconnect with previous contractors in a competitive bidding environment while clarifying operational and compliance needs for TAP administrative support.
    The document FA460025Q0032 outlines a solicitation for administrative and data clerk services for the Transition Assistance Program (TAP) at Offutt Air Force Base, Nebraska. It specifies that the contractor must provide a full-time administrative employee responsible for data entry and related tasks, adhering to safety protocols and professional standards. The solicitation is set aside for small businesses under NAICS Code 561110, requiring all bidders to be registered in the System for Award Management (SAM). The contract will start on March 31, 2025, for a base year, with the option to extend for additional years through various line items. It incorporates applicable labor laws, particularly the Service Contract Labor Standards, and mandates submission of price quotations, technical approaches, and relevant past performance citations. The offer deadline is March 13, 2025. Evaluation criteria include price, technical capability, and past performance, with the government seeking the most advantageous offer. The document emphasizes contractor compliance with safety, labor standards, and proper administrative protocols, ensuring efficient performance of TAP services while promoting small business participation in federal contracting efforts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Active Vehicle Barriers Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the maintenance and repair of Active Vehicle Barriers at Offutt Air Force Base in Nebraska. The procurement aims to ensure the effective functionality of vehicle barrier systems through preventive maintenance, inspections, and minor repairs, with a goal of maintaining operational rates of at least 96% to support security and traffic flow at the base. Contractors will be responsible for labor, equipment, and management of maintenance activities, adhering to federal and military standards, while also ensuring safety and environmental compliance. Interested parties should contact Ryan Brewster at ryan.brewster.3@us.af.mil or 402-294-4098, or Casey Hupton at casey.hupton.1@us.af.mil or 402-232-1475 for further details regarding this Total Small Business Set-Aside opportunity.
    Offutt AFB Multiple Award Construction Contract (MACC)
    Buyer not available
    The Department of Defense is soliciting proposals for a Multiple Award Construction Contract (MACC) at Offutt Air Force Base in Nebraska, specifically aimed at small businesses under a Total Small Business Set-Aside. The contract will encompass a range of construction and design-build projects over a five-year period, with an estimated total expenditure of up to $49,999,999, requiring compliance with various federal regulations including the Davis-Bacon Act. This opportunity is critical for enhancing infrastructure and operational efficiency at the base, with contractors expected to adhere to strict safety, quality control, and environmental standards throughout the project lifecycle. Interested parties should contact Michael Madison at michael.madison.2@us.af.mil or Cassandra Janousek at cassandra.janousek@us.af.mil for further details and to ensure compliance with submission requirements.
    Demolition Bldg. 404, Offutt AFB, NE
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking contractors for the demolition of Building 404 at Offutt Air Force Base in Nebraska. This project involves the complete removal of all structural and non-structural components, with potential requirements for asbestos and lead remediation. The contract, which is set aside for small businesses, has a budget ranging from $1,000,000 to $5,000,000 and is expected to be completed within 180 days. Interested contractors must be registered in the System for Award Management (SAM), with the Invitation for Bid (IFB) anticipated to be published no earlier than March 19, 2025, and closing around April 18, 2025. For further inquiries, contractors can contact Blaine Terry at blaine.terry.2@us.af.mil or by phone at 402-232-2517.
    97 IS NIPR Expansion Project (Offutt AFB, NE)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals from small businesses for the 97 IS NIPR Expansion Project at Offutt Air Force Base in Nebraska. This project involves the engineering, installation, and testing of network equipment and premise wiring to enhance the Non-classified Internet Protocol Router Network (NIPRNet), specifically by installing new wiring and network switches in Building 301D. The successful contractor will be responsible for ensuring compliance with federal regulations, conducting thorough testing, and managing environmental concerns throughout the project, which is expected to be completed within three months. Interested parties must register in the System for Award Management (SAM) and submit their proposals by March 13, 2025, while any questions regarding the solicitation should be directed to Elle Gross at elselarang.gross.2@us.af.mil by March 3, 2025.
    Offutt AFB Multiple Award Construction Contract (MACC)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is initiating a presolicitation for the Offutt AFB Multiple Award Construction Contract (MACC), aimed at engaging small businesses for construction projects at Offutt Air Force Base in Nebraska. This contract will focus on commercial and institutional building construction, specifically involving the repair or alteration of real property. The selected contractors will play a crucial role in maintaining and enhancing the infrastructure at the base, which is vital for operational readiness. Interested parties should reach out to Michael Madison at michael.madison.2@us.af.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Headquarters Air Force Administrative Support Service for the Secretary of Defense Business Transformation Office (SAF/AM)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide administrative support services for the Secretary of Defense Business Transformation Office (SAF/AM) through a Sources Sought notice. The procurement aims to establish a Blanket Purchase Agreement (BPA) for non-personal services, including acquisition support, administrative assistance, and secretariat functions, primarily at the Pentagon. These services are critical for enhancing operational efficiency within the Air Force and Space Force, ensuring that high-quality support is delivered in alignment with military standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) should contact Tyler Bender at tyler.bender.2@us.af.mil or Sheryl King at sheryl.king@us.af.mil for further details, as proposals will be evaluated based on a best-value approach focusing on technical and pricing metrics.
    Large Passenger Buses
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide large passenger bus transportation services at Offutt Air Force Base in Nebraska. The procurement aims to facilitate the movement of personnel during the Combat Readiness Inspection Exercise, requiring contractors to deliver services that accommodate up to 200 personnel on specific dates and ongoing shuttle services for shift changes. This opportunity is critical for ensuring operational readiness and effective personnel logistics within military installations. Interested contractors must submit their quotes by March 10, 2025, and are encouraged to direct any questions to Dean White at dean.white.1@us.af.mil or Joshua Connelly at joshua.connelly.1@us.af.mil, with all inquiries due by March 5, 2025.
    88 TES Jump Training
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide military jump training services under the title "88 TES Jump Training." The contractor will be responsible for supplying a qualified pilot and a SC7 Sky Van aircraft to conduct various parachute operations at Overton Airport, Nevada, including Double Bag Static Line, Military Free Fall, and Container Delivery System operations over five training days, with up to eight lifts per day. This procurement is crucial for ensuring organized and safe military jump operations, adhering to federal, state, and local safety regulations. Interested parties should contact Julia A. Pettit at julia.pettit@us.af.mil or call 702-652-5401 for further details, as this opportunity is set aside for small businesses and falls under NAICS code 611519.
    Operation Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide operation support at Tyndall Air Force Base in Florida. The procurement involves comprehensive management and labor support, including maintenance of facilities, construction, and assistance with Research Development Test and Evaluation (RDT&E) projects, while ensuring compliance with safety and environmental standards. This opportunity is crucial for maintaining operational readiness and stability at the air base, emphasizing the need for specialized contractors to support diverse tasks such as carpentry, plumbing, and hazardous material management. Interested parties can contact Cleville Yarbrough at cleville.yarbrough@us.af.mil or 850-283-8613 for further details, with the opportunity set aside for 8(a) certified businesses under NAICS code 541990.
    BPA Latrine & Pumping
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a Blanket Purchase Agreement (BPA) for Latrine and Pumping Services at F.E. Warren Air Force Base in Wyoming. The procurement requires the contractor to provide portable latrines, oil/water separators, and grease trap services, ensuring compliance with local, state, and federal regulations while maintaining high standards of quality and safety. This initiative is crucial for supporting operations related to the Strategic Arms Reduction Treaty (START) inspections and ensuring sanitation services during significant public events. Interested contractors, particularly small businesses, must submit their proposals by the specified deadlines, with a total contract value of $411,000 over a five-year period, starting from April 1, 2025, to March 31, 2030. For further inquiries, potential offerors can contact Shane Yurkus at shane.yurkus@us.af.mil or Andrea McCurry at andrea.mccurry@us.af.mil.