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
    Facilities Maintenance and Management Services
    Buyer not available
    The Department of Energy is seeking qualified contractors to provide Facilities Maintenance and Management Services at its Headquarters Complexes located in Washington, DC, and Germantown, MD. The procurement encompasses a range of services including recurring work and preventative maintenance, daily operations management, limited Energy Management Control System (EMCS) operations, service calls, safety and fire outage management, work control permit management, and hazardous materials management. These services are crucial for ensuring the efficient operation and safety of the facilities, which support the Department's mission. Interested parties can contact Dremayne T. Doyle at dremayne.doyle@hq.doe.gov or by phone at 240-220-1498 for further details.
    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.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.
    GTPE Training
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for training services from Georgia Technology Professional Education (GTPE) to provide specialized courses on RF Electromagnetic Warfare Concepts, Phased Array Radar Systems, Target Tracking Concepts, and Basic EO-IR Concepts. The training will accommodate 20 to 25 students per course and is scheduled to take place at the University of Mary Washington Dahlgren Campus or NSWCDD before August 15, 2026. This procurement is critical for enhancing the technical skills of personnel involved in defense operations, and the contract will be awarded based on the Lowest Price Technically Acceptable criteria. Interested offerors must submit their proposals by December 8, 2025, and can direct inquiries to Heather Wiley at heather.r.wiley2.civ@us.navy.mil or by phone at 540-742-8742.
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@us.af.mil.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.
    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.
    DOT/NRC RAD WASTE Training
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting proposals for a Firm Fixed Price contract to provide DOT/NRC RAD WASTE Training, aimed at qualifying personnel in radioactive/mixed waste shipping. This training will encompass a total of 40 hours, including 32 hours focused on Department of Transportation (DOT) requirements, 4 hours on Load Securement, and 4 hours on International Air Transportation Association (IATA) regulations, with the objective of ensuring compliance and safety in shipping operations. The training is scheduled to take place from January 12 to January 16, 2026, and is set aside exclusively for small businesses, with proposals due by December 9, 2025. Interested offerors should direct inquiries to Jordan Moore at jordan.e.moore.civ@us.navy.mil and ensure all required documentation is submitted by the deadline to be considered for the award.
    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.
    Synopsis - Materiel Management Operations
    Buyer not available
    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.