Customer Support Services
ID: FA441725Q0014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4417 1 SOCONSHURLBURT FIELD, FL, 32544-5810, 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, specifically the Department of the Air Force, is soliciting proposals for Customer Support Services at Hurlburt Field, Florida, under the requisition number FA441725Q0014. The contract aims to provide non-personal customer support services, including managing personnel identification transactions and operating RAPIDS terminals, with a focus on compliance with the Performance Work Statement issued on July 15, 2024. This initiative emphasizes the government's commitment to enhancing participation from small businesses, particularly women-owned small businesses, in federal contracting, with a total award amount of $12,500,000 covering a base period from April 1, 2025, to March 31, 2026, and options extending through March 31, 2030. Interested parties must submit their proposals by January 21, 2025, and can contact SrA Nashawna Browne at nashawna.browne@us.af.mil or Ms. Amy Jenkins at amy.jenkins.4@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines customer support services for the Military Personnel Flight at Hurlburt Field, Florida, starting July 15, 2024. The contractor is responsible for administering non-personal services related to human resources for Air Force members, their families, and retirees. Key responsibilities include managing personnel identification transactions, operating RAPIDS terminals, processing various personnel programs like DEERS and MilPDS, and adhering to security protocols. The contract specifies the provision of personnel, equipment, and tools necessary to fulfill service requirements while maintaining strict standards outlined in applicable Air Force instructions. It includes performance metrics that must be met for satisfactory service, detailing acceptable error rates for processes such as ID card retrieval and family member enrollment. Government-provided facilities and services are highlighted, covering utilities, office equipment management, and security arrangements. Additionally, quality control measures are essential for contract oversight, with the government conducting performance evaluations. The documentation emphasizes contractor personnel requirements, including the necessity for security clearances and adherence to compliance standards. This PWS aims to ensure high-quality support for military personnel management operations while maintaining operational security and efficiency.
    The 1st Special Operations Contracting Squadron at Hurlburt Field, FL, is seeking suppliers for Customer Support Services through a competitive procurement process. A critical component of the evaluation will be the assessment of potential contractors' past performance on similar contracts. Organizations with firsthand experience are requested to provide feedback via a detailed Past Performance Questionnaire by December 20, 2024. This questionnaire, which can be submitted electronically, requests specific information regarding the contractor's previous work, contract details, and performance ratings across several criteria, such as management effectiveness, personnel competency, and compliance with contractual obligations. Respondents can rate contractor performance on a scale from "Exceptional" to "Unsatisfactory" and are encouraged to provide supporting information for their ratings. This feedback will be integral to the selection process and is necessary for timely decision-making in the acquisition strategy. The document underscores the importance of previous contract performance as a predictor of future success in government contracting.
    The 1st Special Operations Contracting Squadron at Hurlburt Field, FL is seeking proposals for Customer Support Services and requires insights into potential offerors' past performances. The evaluation process involves gathering feedback from organizations with firsthand experience working with the contractors. The attached Past Performance Questionnaire outlines areas of interest and requests responses by 15 January 2025, emphasizing timely submission for analysis. Respondents are encouraged to fill the form electronically and confirm receipt. The document also includes sections for contractors’ identification, customer information, and performance evaluation ratings based on various criteria, from exceptional to unsatisfactory. Feedback will contribute to the source selection records, influencing the award decision for future contracts. The tone reflects a formal and procedural approach, indicating the importance of accurate and prompt cooperative evaluations in the government procurement process.
    The document outlines the solicitation process for Customer Support Services under RFP FA441725Q0014, detailing procedures for offer submission and evaluation. The acquisition follows a Best Value approach, emphasizing technical factors over price. Offerors must provide three main submission components: Price, Technical, and Past Performance. Technical submissions should include a Staffing Plan and Quality Control Plan, each evaluated on criteria relevant to the performance work statement (PWS). Past Performance must showcase recent and relevant contracts, with a particular focus on the offeror's ability to meet service complexities similar to the solicitation's requirements. Key submission instructions include using the SF 1449 form, submitting electronically via the DoD SAFE site, and complying with formatting guidelines. Additionally, teaming arrangements require specific documentation, and failure to comply will result in non-responsiveness. Offers are evaluated in phases, starting with responsiveness, followed by a price ranking, and then technical evaluation of the lowest priced offers. The final award hinges on both technical acceptability and past performance ratings. This structured process aims to ensure the government selects a contractor capable of delivering high-quality customer support services effectively.
    The document pertains to the solicitation FA441725Q0014 for Customer Support Services, detailing instructions for offerors under the Federal Acquisition Regulation (FAR). It specifies the NAICS code as 561110 with a small business size standard of $12.5 million. The proposal submission requirements include dividing offers into three parts: Price, Technical, and Past Performance, each with distinct evaluation criteria. The technical submission must include a Staffing Plan and a Quality Control Plan, while past performance evaluations focus on relevance and recency. The evaluation will prioritize a “best value” approach, prioritizing technical capability and past performance over price. Additionally, the document outlines submission formats, deadlines for inquiries, and the electronic submission process via the DoD SAFE site. It highlights the importance of adherence to instructions and the need for teaming arrangements to comply with federal regulations. The overall goal is to ensure that the government receives qualified bids that meet its requirements effectively and affordably, ultimately facilitating the award of a contract for the necessary services.
    The document outlines the solicitation for Customer Support Services (FA441725Q0014), detailing instructions for offerors, evaluation criteria, and submission guidelines under the Federal Acquisition Regulation (FAR). The NAICS code is 561110, with a small business size standard of $12.5M. Offers must address three key factors: Price, Technical (including Staffing and Quality Control Plans), and Past Performance. Submissions are required to be sent electronically and must adhere to strict formatting and documentation guidelines. Past performance references must be recent (within three years) and relevant, highlighting the contractor's capability to fulfill contractual obligations effectively. The evaluation process follows a best value approach, prioritizing technical merit over price. The document emphasizes the importance of compliance with submission requirements and offers details about staffing qualifications, management structure, quality assurance plans, and the necessity for past performance evidence to evaluate contractors' reliability. The structured evaluation of offers—including potential teamwork and joint ventures—ensures that the government can select a vendor capable of delivering efficient customer support services while managing costs effectively.
    The document outlines an inability to access content from a specific government file due to compatibility issues with the PDF viewer in use. It suggests upgrading to the latest version of Adobe Reader or seeking assistance through related resources. The information emphasizes the technical aspect of accessing government file documents, highlighting the need for appropriate software tools in handling federally provided materials, such as Requests for Proposals (RFPs) and grants, which are critical for various governmental processes. Overall, the document underscores the importance of technology in facilitating access to governmental resources, essential for prospective applicants or stakeholders interested in engaging with governmental opportunities.
    The document outlines the pricing schedule for Customer Support Services under RFP FA441725Q0014. It specifies various contract line item numbers (CLINs) along with their quantities and unit measures, indicating a total of 12 months for each option year with a provision for a 6-month extension. The Base Year is defined from April 1, 2025 to March 31, 2026, with subsequent option years extending through March 31, 2030. Each period requires the contractor to provide services as per the established Performance Work Statement (PWS). The pricing details include unit prices for the different terms and how to calculate the extended price, notably referencing a formula for determining the cost of the 6-month extension based on Option Year 4's pricing. This structure is typical for federal RFPs, ensuring clarity in service expectations, pricing, and timeframes for contractors responding to the solicitation. Overall, the document serves to facilitate the procurement of essential customer support services within set guidelines and periods of performance.
    The document outlines questions and answers regarding a federal procurement for a service contract (RFP FA441725Q0014) related to the management of RAPIDS terminals at Hurlburt Field, Florida. The contract is expected to be a five-year recompete, including a one-year base period and four optional extensions. The anticipated award date is March 1, 2024, coinciding with the expiration of the current contract, FA441720P0118. Key responsibilities involve staffing two site security managers (SSMs) for the terminals, overseeing user management, and maintaining audit records. The document specifies that the contractor is responsible for operational costs, including secret security clearance for personnel. Additionally, it confirms there is no requirement for the contractor to provide equipment, as DMDC supplies existing terminals. Other placed conditions include holiday observance, staffing expectations, designated high-volume operation hours, and a transition period post-award. Notably, contractors bidding on this project can include their past performance assessments (CPARS) as part of their proposal submission. This RFP seeks to ensure a seamless transition in service provision while adhering to federal contracting regulations.
    This government file outlines an amendment to a solicitation concerning procurement processes. The amendment extends the deadline for submitting offers and requires acknowledgment of this change by the bidders. It specifies methods for bidders to confirm their acknowledgment, emphasizing that failure to do so may lead to rejection of their offers. Additionally, it details processes for making changes to previously submitted offers. The major focus of this amendment is to incorporate responses to requests for information (RFIs) and update a specific date from January 15, 2025, to January 10, 2025, for submitting a DoDSAFE file drop link. The document notes that all other terms and conditions remain unchanged. New attachments include an updated addendum related to solicitation FAR clauses and responses to customer support services RFIs, while older attachments have been removed, ensuring stakeholders have the most current information. This amendment represents a standard procedural update within the context of federal contracting, emphasizing adherence to timelines and communication protocols important in government RFPs, grants, and state/local solicitations.
    This document is an amendment to a federal solicitation, primarily aimed at modifying details surrounding proposal submissions for a specific contract. Notably, the due date for proposals has been extended by six days, from January 15, 2025, at 2:00 PM CST to January 21, 2025, at the same time. Additionally, it updates the deadline for requesting a DoDSAFE file drop link, moving it from January 10 to January 21, 2025, at 12:00 PM CST. The point of contact (POC) and Contracting Officer (CO) have been changed as part of this modification. The document emphasizes the importance of acknowledging receipt of the amendment, detailing methods through which offerors can confirm the changes. Furthermore, it reassures that all other terms and conditions of the original solicitation remain unchanged. These amendments reflect standard practices within governmental solicitations, ensuring compliance and clarity in the procurement process while accommodating the needs of potential contractors.
    The document pertains to a solicitation for a Women-Owned Small Business (WOSB) contract to provide customer service support services for the U.S. Air Force at Hurlburt Field, Florida. The requisition number FA441725Q0014 indicates a total award amount of USD 12,500,000, covering a base period from April 1, 2025, to March 31, 2026, with multiple option line items extending up to March 31, 2030. Key requirements include support for various personnel functions and systems, ensuring compliance with the Performance Work Statement issued on July 15, 2024. The contract incorporates several Federal Acquisition Regulation (FAR) clauses, including those related to safety, quality assurance, and payment processes, stressing the importance of contractor qualifications and adherence to military standards. Ultimately, this solicitation emphasizes the government’s initiative to strengthen participation from women-owned businesses in federal contracting while ensuring the delivery of essential services to military personnel.
    This government document serves as an amendment to an existing solicitation, specifically modifying details regarding the submission timeline and attachments related to project FA441725Q0014. It officially changes the due date for the Past Performance Questionnaire (PPQ) from December 20, 2024, to January 15, 2025. The amendment outlines how offerors must acknowledge receipt of this amendment, either by returning copies of the amendment, acknowledging it in submitted offers, or through electronic communication referencing the solicitation details. Additionally, it specifies that all unchanged terms from the original contract remain in effect. Key changes include the addition and deletion of attachments concerning wage determinations and past performance questionnaires. This document reflects the procedural adjustments in federal contracting, ensuring compliance and facilitating effective communication among parties involved in government procurements. Overall, it underscores the importance of timely acknowledgment of amendments to avoid negative implications on offer submissions.
    Lifecycle
    Title
    Type
    Customer Support Services
    Currently viewing
    Solicitation
    Similar Opportunities
    Facility Services for Non-Real Property
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide facility services for non-real property at Eglin Air Force Base in Florida. The procurement involves a range of services including immediate repairs, annual inspections, and additional maintenance and repair tasks as outlined in the Performance Work Statement dated December 9, 2025. This contract is a total small business set-aside, emphasizing the importance of competitive pricing and past performance in the evaluation process, with a firm-fixed price purchase order to be awarded based on the best value to the government. Interested parties must submit their offers by January 22, 2026, and can direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil.
    Industry Day - 711th HPW Mission Support Services Follow On
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified 8(a) small businesses to provide mission support services for the 711th Human Performance Wing (HPW) at Wright-Patterson Air Force Base in Ohio. The procurement aims to secure a range of services, including medical, IT, and advisory support, through multiple Indefinite Delivery Indefinite Quantity contracts, with an estimated ceiling of $505 million. This initiative is crucial for enhancing the operational capabilities of the 711 HPW, which encompasses various specialized units within the Air Force. Interested parties should note that the Request for Proposal (RFP) is expected to be released in the spring of 2026, and all updates will be posted on SAM.gov. For further inquiries, contact Jessica Briggs at jessica.briggs@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.
    CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the CENTCOM Headquarters Indefinite Delivery Indefinite Quantity (IDIQ) Professional Services (CHIPS) contract, aimed at providing a comprehensive range of professional services to support U.S. Central Command (USCENTCOM) operations. The procurement seeks to enhance strategic planning, policy support, and operational effectiveness across various military and governmental functions, requiring contractors to deliver non-personal services that integrate military operations with U.S. Government strategies. This initiative is particularly significant as it emphasizes the role of small businesses, with a total contract value capped at $750 million, and is set aside for 100% small business participation, including Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and SBA certified 8(a) firms. Interested parties must submit their proposals electronically by January 9, 2024, and direct any inquiries to Jason Wilkin at Jason.Wilkin.2@us.af.mil or LaKeisha Gamble at lakeisha.gamble.2@us.af.mil.
    T400 Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Business (WOSB) concerns for the T400 Technical Services contract, which focuses on providing technical engineering support related to the Engine Component Improvement Program. The primary objective is to establish a reliable means for the USAF to access technical assistance on T400-related inquiries, including part numbers and equivalency of consumables, with a base performance period of 10 months starting January 15, 2026, and an optional 12-month extension thereafter. This Firm Fixed Price contract, with a Defense Priorities Allocation System (DPAS) Priority Rating of DO-A1, emphasizes compliance with various federal regulations and requires electronic invoicing through Wide Area WorkFlow (WAWF). Interested parties should contact Rachel Bradd at rachel.bradd@us.af.mil or call 937-656-0000 for further details.
    Requirements Projections On the Web (RPOW) FALL 2025
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Requirements Projections On the Web (RPOW) for Fall 2025, focusing on Air Force managed items, particularly spares and repairs. This opportunity involves obtaining qualification requirements and engineering data for various aircraft components, with a clear emphasis that the listed data is for planning purposes only and does not constitute an invitation for bids. The procurement process includes contacting Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for qualification requirements and engineering data requests, with vendors required to register on SAM.gov and submit a certified DD Form 2345. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil for further information.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    AFLCMC Armament Directorate Rapid Response (ADRR) Commercial Solutions Opening (CSO) for Innovative Execution
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC) Armament Directorate, is soliciting innovative commercial solutions via the Rapid Response (ADRR) Commercial Solutions Opening (CSO) for future requirements related to weapon technologies and system concepts. This CSO aims to facilitate the rapid development and characterization of novel capabilities, supporting various lifecycle phases from concept to sustainment, and may lead to FAR Part 12 contracts or Other Transactions. The opportunity is open until June 4, 2026, with specific requirements and submission deadlines communicated through periodic "spirals." Interested parties can reach out to primary contact Sara Riley at sara.riley@us.af.mil or secondary contact Jill Harms at jill.harms.1@us.af.mil for further information. Please note that no funding is currently available, and unsolicited proposals will not be accepted.
    SOF Global Services Delivery Request for Proposal (DRAFT)
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals for the Special Operations Forces Global Services Delivery (SOFGSD) contract, which is a Total Small Business Set-Aside opportunity. This procurement aims to secure administrative management and general management consulting services to support USSOCOM's global missions and enterprise needs, with a focus on providing subject matter expertise and knowledge-based services. The contract will be awarded as multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a requirement for offerors to possess a Top Secret Facility Clearance and to meet specific cybersecurity standards as outlined in the recent DFARS rule. Interested parties should direct inquiries to the primary contact, Sherri Ashby, at sherri.ashby@socom.mil, and note that the final Request for Proposal (RFP) is anticipated to be released in Q2 FY26, following additional drafts and industry engagement sessions.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.