AEE Certified Energy Manager CEM Certification
ID: FA860125Q0079Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Colleges, Universities, and Professional Schools (611310)

PSC

EDUCATION/TRAINING- VOCATIONAL/TECHNICAL (U006)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a firm-fixed-price contract to provide AEE Certified Energy Manager (CEM) Certification training at Wright Patterson Air Force Base in Ohio. The contractor will be responsible for delivering a preparatory course and administering the CEM exam, scheduled for July 1-15, 2025, while ensuring compliance with quality, safety, and security protocols. This training is crucial for enhancing the skills of energy managers in optimizing energy use in non-residential buildings and understanding various systems such as HVAC and lighting. Interested offerors must submit their proposals electronically by June 13, 2025, to the designated contacts, Brian Algeo and Candice Snow, with the total quoted price included in the submission.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for delivering an AEE Certified Energy Manager (CEM) certification course at the Air Force Institute of Technology (AFIT) Civil Engineer School. This annual contract caters to the training needs of energy managers, providing a preparatory course and administering the CEM exam. Scheduled for July 1-15, 2025, the contractor is responsible for delivering instructional services, supplying instructors and course materials, and ensuring compliance with quality, registration, security, and safety protocols. Key topics of the course include energy optimization in non-residential buildings and system understanding (HVAC, lighting, motors, and boilers). The contractor must also address Voluntary Protection Programs (VPP) requirements to promote workplace safety, submitting a comprehensive safety plan post-contract award. Deliverables include timely presentation materials and adherence to performance objectives related to quality service, security clearances, and schedule compliance. The document emphasizes the government's monitoring of contractor performance, mandates transparency in contractor reporting, and outlines adherence to anti-trafficking policies. Overall, the PWS demonstrates the commitment to training energy managers while ensuring safety, quality, and regulatory compliance in a military learning environment.
    The document outlines a solicitation for a contract designed specifically for women-owned small businesses (WOSB) related to educational services. The primary objective is to procure teaching and administrative assistance for an Association of Energy Engineers (AEE) approved preparatory course and the proctoring of the Certified Energy Manager exam. The solicitation includes detailed requirements such as the quantity of courses, pricing arrangements, and specifications for delivery and performance, indicating a robust two-week period for course delivery in July 2025. Furthermore, the document specifies the terms and conditions under which the contract will be managed, including payment methods through electronic funds transfer, clauses regarding termination for convenience or cause, and compliance with various federal regulations and laws. Notably, attention is given to ensuring equitable opportunities for small businesses, particularly those owned by women and economically disadvantaged demographics, reflecting a commitment to diversity and inclusion within federal contracting practices. The comprehensive nature and specificity of this solicitation align it with federal requirements for transparency and fair competition in government contracting processes.
    The document outlines requirements for Offeror Representations and Certifications related to federal contracts for commercial products and services. It stipulates that offerors must complete specific representations based on their submission status in the System for Award Management (SAM). The provision requires offerors to affirm whether they meet criteria such as small business designation, veteran status, and other classifications like women-owned or economically disadvantaged businesses. Additionally, it discusses legal compliance regarding delinquent tax liability and felony convictions, stating that federal contracts cannot be awarded to corporations with unresolved tax issues or recent felony convictions. Other sections include requirements for confirming previous contract participation and affirmative action compliance. Overall, this document serves to ensure transparency and adherence to federal regulations in the procurement process, aiding government agencies in evaluating the eligibility of potential contractors while promoting fair competition among businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CE Facility Maintenance & Repair Support for Laboratories and Intelligence Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the CE Facility Maintenance & Repair Support for Laboratories and Intelligence Contract at Wright-Patterson Air Force Base in Ohio. This procurement aims to secure a firm-fixed-price contract for facility maintenance and repair services over five one-year ordering periods, with an option for a six-month extension, as outlined in the Performance Work Statement. The services are critical for maintaining operational readiness and ensuring the functionality of specialized laboratory equipment and facilities. Interested small businesses must submit their proposals electronically by November 21, 2025, to Andrew Silvers at andrew.silvers@us.af.mil, and are encouraged to acknowledge receipt of amendments to the solicitation to ensure consideration.
    Texas Air Force 2026 - Amendment 0001
    Buyer not available
    The Defense Logistics Agency (DLA Energy) is soliciting proposals for the supply of electricity and ancillary services to three Texas Air Force bases: Goodfellow, Laughlin, and Sheppard, for a 48-month period from January 2027 to January 2031. The procurement aims to secure a firm-fixed-price, requirements-type contract utilizing Real-Time Settlement Point Pricing (RTSPP) for electricity, with an estimated total quantity of 727,222,780 kWh to be delivered during the contract term. This opportunity is critical for ensuring reliable energy supply to military installations, adhering to the regulatory requirements of the Electric Reliability Council of Texas (ERCOT). Interested parties must submit their proposals by the specified deadline, and for further inquiries, they can contact Jacob Sigler at Jacob.Sigler@dla.mil or Minna Pham at minna.pham@dla.mil.
    WPAFB 3rd Air Stream/ B18
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is conducting a market survey to identify potential contractors for the construction of a new industrial compressed air plant at Wright-Patterson Air Force Base in Ohio. The project, estimated to cost between $5 million and $10 million, involves the installation of two 4,000 HP centrifugal air compressors, two natural gas-fired air heaters, specialty steel piping, and associated controls, along with the demolition of existing equipment and significant electrical work. This initiative is crucial for enhancing the operational capabilities of the facility, and the procurement may be set aside for small businesses, including HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must submit their responses via the Market Survey Response Form by October 31, 2025, at 1:00 PM Eastern Time, and can contact Thomas Nauert at thomas.s.nauert@usace.army.mil for further information.
    Request for Information (RFI): Foreign Military Sales – C-17 Mobility Aircraft Training Capability Assessment
    Buyer not available
    The Department of Defense, specifically the Air Education and Training Command (AETC), is conducting a Request for Information (RFI) to identify potential sources for comprehensive training programs related to the C-17 Mobility Aircraft under the Foreign Military Sales (FMS) program. The objective is to gather information on capabilities for aircrew, maintenance, and support services training, which is crucial for ensuring the operational readiness and effectiveness of C-17 aircraft utilized by international partners. This RFI is part of a strategic market research effort and does not constitute a solicitation; interested parties are encouraged to submit capability statements by December 3, 2025, and direct any inquiries to the primary contacts, Zachary Oliverson and Matthew DeLeon, via their provided email addresses.
    Remanufacture of C-5 Primary and Secondary Heat Exchanger(s)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of C-5 Primary and Secondary Heat Exchangers under a firm-fixed-price requirements contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of critical heat exchangers, which are essential components of the environmental control system in C-5 aircraft. The contract is structured with a three-year basic period and a two-year option, with proposals due by November 24, 2025, at 12:00 PM. Interested contractors must ensure compliance with various federal regulations and possess a minimum SPRS score of 110 or submit a compliance plan, and they can contact Aczavius Smith or Matthew Churchwell for further details.
    FOREIGN MILITARY SALES (FMS) TECHNICAL ORDER (TO) & COMPUTER PROGRAM IDENTIFICATION NUMBER (CPIN) WORLDWIDE REVIEW (WWR)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Foreign Military Sales (FMS) Technical Order (TO) and Computer Program Identification Number (CPIN) Worldwide Review (WWR) workshop scheduled for May 31 - June 4, 2026. The procurement aims to secure a venue capable of accommodating approximately 300 participants, featuring a large main conference room, several smaller breakout rooms, and necessary audio/visual equipment, along with Wi-Fi access and a hotel room block for attendees. This workshop is crucial for updating foreign customers on the Security Assistance Technical Order Program and facilitating direct interactions with Case Line Managers. Proposals are due by 5:00 p.m. EDT on December 5, 2025, and must include a firm-fixed price quotation along with required documentation such as SAM registration and relevant certifications. Interested parties should contact Danielle M. Craig at danielle.craig@us.af.mil or William F. Williams at william.williams.74@us.af.mil for further information.
    MAFT (IFT-R)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide initial and seasoning training for rotary wing aircrew, specifically for Bell 206 pilots. The procurement aims to fulfill the training requirements outlined in the Statement of Work (SOW) dated January 27, 2023, ensuring that Air Force pilots receive the necessary education and technical skills for effective operation of the Bell 206 aircraft. This training is crucial for maintaining operational readiness and enhancing the capabilities of Air Force pilots. Interested parties can contact Kodi Davis at kodi.davis@us.af.mil or by phone at 210-625-6904 for further details regarding this opportunity.
    Training for EcoPower Wash System
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to procure training services for the EcoPower Wash System, which is essential for the Royal Australian Air Force's P-8A Poseidon Program. The training will focus on the EcoPower Engine Wash System, the only system that meets the specific engine wash program requirements for the P-8A aircraft, including a water filtration system that allows for the pumping, filtering, and reusing of engine wash effluent. This procurement is intended to be non-competitive, as the government believes that only EcoServices, LLC can fulfill the requirements without incurring substantial duplication of costs. Interested parties may submit capability statements or proposals by November 18, 2025, and all inquiries should be directed to Mr. Michael Miller at michael.t.miller248.civ@us.navy.mil.
    Energy Procurement Support Tool (EPST)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the Energy Procurement Support Tool (EPST) and related IT services under solicitation SP4709-26-Q-0001. The primary objective is to maintain and enhance critical systems, including the EPST, Inventory Accountability Web Tool, and FASTracker, ensuring compliance with cybersecurity standards and improving application functionality through agile development. This contract is set aside for small businesses and includes a Firm-Fixed-Price Task Order structure, covering a base period and two option periods from January 2026 to March 2029. Interested vendors should direct inquiries to Jacob Combs at jacob.combs@dla.mil, with a deadline for technical questions now set for November 14, 2025, at 11:55 PM EST.
    Dyess AFB MDG DECON Training
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide decontamination training for Air Force Medical First Receivers at Dyess Air Force Base in Texas. The training aims to educate personnel on life-saving skills necessary for triaging, initiating field treatment, and decontaminating victims exposed to Chemical, Biological, Radiological/Nuclear (CBRN) agents or hazardous materials, adhering to CDC and OSHA guidelines. This training is critical for ensuring that first responders are equipped to handle hazardous situations effectively and safely. Interested parties can contact SrA Caleb Nolan at caleb.nolan@us.af.mil or 325-696-8239, or Jerime W. Gorse at jerime.gorse@us.af.mil or 325-696-5569 for further details.