Welcome Center Support Services
ID: FA441725R0009Type: Combined Synopsis/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 seeking proposals for Welcome Center Support Services at Hurlburt Field, Florida. The contract aims to provide non-personal human resources support, including scheduling appointments and managing travel vouchers for incoming military personnel, with a focus on enhancing operational efficiency and compliance. This opportunity is particularly significant as it promotes participation from small businesses, including Women-Owned Small Businesses, and emphasizes the importance of past performance in the evaluation process. Interested offerors must submit their proposals by February 24, 2025, and can direct inquiries to Rowan Thom at rowan.thom.1@us.af.mil or Dani English at dani.english@us.af.mil.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the non-personal services required for the administration of human resources support at the Welcome Center on Hurlburt Field, Florida. The contractor will be responsible for scheduling inbound appointments for personnel, processing travel vouchers, and facilitating base in-processing for new arrivals. Key tasks include ensuring timely appointment scheduling, filing finance documentation, and maintaining a tracking database of incoming personnel and sponsors. The document specifies deliverables, including monthly status reports, employee lists, and quality control plans, all with stringent performance thresholds to ensure satisfactory service. It also describes government-provided property and services, including workspace and administrative supplies, emphasizing compliance with safety and security standards. The comprehensive governance section outlines management roles, security instructions, and identification requirements for contractor personnel. The services are scheduled Monday through Friday, with a defined workload to ensure efficient operations at the Welcome Center. Overall, this PWS serves as a detailed guide for the contractor, setting clear expectations for performance in support of military personnel transitions and administrative services.
    The Performance Work Statement establishes requirements for contractor services at the Welcome Center on Hurlburt Field, Florida. The primary role of the contractor is to provide non-personal human resources support, including scheduling in-processing appointments for incoming military personnel, managing Permanent Change of Station (PCS) travel vouchers, and facilitating enrollment in the payroll system. Key responsibilities include maintaining a tracking database, ensuring timely appointment scheduling, and filing necessary finance documents within established deadlines. Contract deliverables include monthly reports, employee lists, and compliance feedback forms. The document outlines specific performance thresholds necessary for satisfactory service, as well as government-provided resources, such as office space, equipment, and emergency services. The contractor is expected to adhere to security protocols, reporting requirements, and operational guidelines while working under the oversight of designated Government Contracting Officers. Overall, this statement emphasizes the contractor's accountability, service delivery standards, and the collaborative framework between the contractor and the government to ensure efficient support for military personnel's transition into the installation.
    The Performance Work Statement outlines the necessities for non-personal services at the Welcome Center on Hurlburt Field, Florida, focusing on human resources support for newly arrived military personnel. The contractor is responsible for scheduling appointments, maintaining financial vouchers, and ensuring timely completion of in-processing activities within defined timeframes. Key deliverables include monthly status reports on contractor activities and a comprehensive employee list. Service delivery expectations emphasize tracking and completion rates, demanding high compliance on performance standards related to appointment scheduling and clearance maintenance. The government will provide workspace, administrative supplies, and essential training for contractor personnel while retaining the right to modify facilities as needed. Security protocols, including employee identification requirements, are well-defined to ensure controlled access within the base. Overall, this document serves as a framework for contract execution, outlining both expected service quality and compliance with regulations, thereby supporting the efficient integration of incoming military staff.
    The document appears to be an unstructured and corrupted file, possibly containing sensitive data related to federal grants and RFPs (Request for Proposals). It lacks clear interpretability due to extensive gibberish and corrupted characters. However, based on the context of government documentation, the likely intent of such files involves outlining funding opportunities, program requirements, and submission criteria for potential grant applicants or proposal respondents at federal and state levels. This initiative typically aims to encourage innovation, enhance local and state capacities, and ensure compliance with specific regulatory frameworks. The file might have contained critical information regarding application processes, eligibility criteria, timelines, and evaluation metrics central to effective project execution and funding allocation. Notably, it reflects the importance of transparency and accountability in public funding as well as the benefits that structured proposals can offer to enhance community development and infrastructure improvements.
    The document outlines the requirements for contractors submitting offers in response to federal solicitations, specifically focused on financial institution references. Contracts require contractors to provide a reference sheet for each bank where they hold business accounts. This reference sheet is utilized to assess the contractor's financial responsibility, a critical factor in the award evaluation process. Contractors must fill out their company's name, contact information, and grant permission for their bank to release account information. That information encompasses average balances in checking and savings, current loans, lines of credit, payment history, duration of banking relationship, and credit rating. The financial institution later completes the form, certifying the accuracy of the provided details. The structured format emphasizes both contractor accountability and the importance of financial assessment in the contracting process for the 1st Special Operations Contracting Squadron at Hurlburt Field, Florida. This document is a standard requirement within federal procurement procedures aimed at ensuring contractor viability and reliability before award decisions are made.
    The document primarily addresses the Past Performance Information (PPI) required for offerors in federal government contracts. It provides a structured outline to collect essential details about the company's previous contract work, emphasizing the relevance and performance metrics linked to the proposed project. Key components include administrative information regarding the company, such as CAGE Code, DUNS Number, and contract type, alongside a section for the description of services rendered as a prime contractor, subcontractor, teaming partner, or other specified roles. Moreover, the document mandates contact information for key personnel associated with past contracts, including program managers and procuring contracting officers. Offerors are instructed to keep their submissions concise, adhering to specified limits regarding the number of past efforts and the length of each description. This emphasis on detailed yet succinct information aims to facilitate a thorough review of the offeror’s capability to meet customer support requirements effectively. Ultimately, the document serves as a systematic guide for organizations to present their past performances clearly and effectively in response to government RFPs.
    The 1st Special Operations Contracting Squadron at Hurlburt Field, FL, is seeking proposals for Welcome Center Support Services, emphasizing the evaluation of offerors' past performance. To facilitate this, they have provided a questionnaire aimed at gathering detailed feedback from organizations with prior experience working with potential bidders. The document outlines various sections including contractor identification, agency details, respondent identification, and performance evaluation criteria. Respondents are expected to rate the contractor's performance on multiple aspects such as management quality, adherence to timelines, and problem-solving abilities. Responses are required by February 24, 2025, to aid in timely analysis for the selection process. The focus on past performance is crucial in the government contracting process, reflecting the emphasis on reliability and capability in fulfilling service contracts. This assessment is crucial in determining the most competent contractor for the project while ensuring compliance with federal acquisition regulations.
    This document outlines the instructions for offerors in response to the Request for Proposals (RFP) FA441725R0009, focusing on the provision of Welcome Center Support Services. Offerors must submit proposals that include three main parts: Price, Technical, and Past Performance Information, adhering to outlined formats and deadlines. The submission must remain valid for 60 days and include a clear identification of any exceptions to solicitation terms. Technical submissions are limited to 15 pages, while past performance submissions are capped at 6 pages total, ensuring they are recent and relevant. Offerors are encouraged to address specific evaluations tied to their technical submissions and include detailed plans such as Emergency Response and Accident Prevention Plans. Collaboration details are essential if a teaming arrangement exists. The document emphasizes the importance of timely communication with designated personnel for questions and submission procedures. It provides strict guidelines on formatting, submission deadlines, and limits to ensure fair evaluation among competing proposals. Overall, the document serves to ensure a fair and comprehensive evaluation process for potential contractors under U.S. government procurement standards.
    The document outlines the addendum instructions for offerors responding to the federal RFP FA441725R0009 for Welcome Center Support Services. Offerors must keep their prices firm for 60 days, comply with all solicitation requirements, and submit their offers in three parts: Price, Technical, and Past Performance Information. Offers must be emailed in PDF format, adhering to strict formatting guidelines, with a submission deadline of 2:00 PM CST on February 17, 2025. The Technical Submission is critical, requiring detailed emergency response and safety plans, while the Past Performance section must highlight recent relevant contracts and positive service ratings. Teaming arrangements must be clearly defined, documenting roles and ensuring compliance with the requirements. Offerors are responsible for obtaining Past Performance Questionnaires from references, to be submitted by the evaluators directly to the government. The instructions emphasize clarity, conciseness, and relevance to ensure effective evaluation and compliance with the solicitation’s performance work statement. This document serves as a comprehensive guide for companies seeking to successfully navigate the proposal process.
    The document outlines the solicitation instructions for the Welcome Center Support Services RFP. It specifies that the NAICS code is 561110 with a small business size standard of $12.5M. Offerors must submit offers electronically by February 24, 2025, detailing pricing, technical solutions, and past performance. The submission is divided into three parts: Part I addresses pricing, Part II focuses on a Staffing Plan and a Quality Control Plan, and Part III reviews past performance. Each submission must adhere to defined page limits and formatting specifications, with required documentation for any teaming or joint ventures. The evaluation will consider clear and direct responses to the Performance Work Statement, demonstrating relevant experience and management strategies to maintain service quality. All inquiries must be directed to designated personnel by a specified deadline, ensuring communication is handled effectively. The RFP is designed to facilitate competitive and equitable evaluation of proposals, ultimately supporting the government's procurement needs.
    The document outlines the solicitation instructions for the Welcome Center Support Services, detailing essential requirements for offer submissions under federal contracting guidelines. It specifies the NAICS code (561110) and a small business size standard of $12.5M. Offerors must provide a signed submission grouped into three parts: Price, Technical, and Past Performance, and adhere strictly to the outlined conditions and formats, including electronic submission in PDF format. The evaluation criteria include a technical and staffing plan, with a strict maximum of page limits for each section. Offerors must demonstrate past performance relevant to the contract, complying with recent and relevant project criteria. Clear communication protocols are established for inquiries and submissions, alongside mandatory documentation for teaming arrangements and joint ventures. Overall, this solicitation serves as a structured guide for potential offerors in the competitive bidding process, ensuring compliance with federal regulations while emphasizing the importance of quality control and past performance efficiency in service delivery.
    The document outlines the evaluation process for awarding a contract related to Welcome Center Evaluations following the best value approach. The evaluation prioritizes technical and past performance over price, utilizing a Performance Price Tradeoff model. The evaluation consists of four steps: 1. Review of documentation for completeness, including Teaming Arrangements. 2. Price evaluations ordered from lowest to highest. 3. Technical acceptability of the three lowest priced offers, continuing until three acceptable quotes are identified. 4. Assessment of past performance for these quotes, leading to a possible award based on satisfactory performance ratings. Price evaluations require adherence to guidelines and fairness, while technical evaluations assess the staffing plan and quality control approach. Past performance evaluation considers recency, relevance, and quality, with varying confidence ratings assigned based on performance records. Offerors may address adverse past performance ratings to enhance their evaluations. This structured process ensures the Government awards the contract based on comprehensive assessment criteria aligned with federal procurement standards.
    The document outlines the evaluation process for the Welcome Center acquisition, emphasizing a Best Value approach prioritizing Performance Price Tradeoff, where technical ability and past performance hold greater weight than price. The evaluation consists of several steps: first, confirming completeness of proposals and any Teaming Arrangements; second, evaluating prices to identify the three lowest responsive quotes; third, assessing the technical acceptability of these quotes; and finally, reviewing past performance to select the best offeror. Price evaluation must meet Federal Acquisition Regulation (FAR) requirements and be deemed fair and reasonable, factoring total costs for base years and options. Technical evaluation scrutinizes the ability to perform as outlined in the Performance Work Statement (PWS) and includes assessing staffing and quality control plans. Past performance is gauged on recency and relevance, impacting confidence ratings for future contract success. Offerors without adequate past performance information may receive neutral ratings, while those with adverse histories can address these concerns. This framework aims to ensure the selection of capable vendors for government contracts.
    The document outlines the evaluation criteria for the Welcome Center Support Services project solicitation, emphasizing a best value approach focusing on performance, price, and past performance. The evaluation process involves several steps: first, verifying the completeness of submissions, followed by a price assessment ranking offers from lowest to highest. The three lowest-priced quotes are then evaluated for technical acceptability, and if necessary, more quotes are analyzed until at least three acceptable offers are identified. Finally, past performance data is reviewed to assess the offeror's reliability based on recent, relevant contracts. Criteria for past performance evaluation include the recency of experience within the last three years and relevance to the required scope of work, particularly in staffing and customer service roles. The ratings range from "substantial confidence" to "no confidence," reflecting past performance quality. Offerors must submit documentation to address any adverse past performance issues, ensuring transparency and the opportunity for rebuttal. Overall, the document highlights the importance of demonstrating satisfactory technical capabilities and a strong past performance record as crucial for successful contract awards.
    The document outlines a solicitation for a contract under the Women-Owned Small Business (WOSB) program for providing Welcome Center services at Hurlburt Field, Florida, by the 1st Special Operations Wing. The contract involves non-personal services, with an award amount of $12,500,000 extending from April 1, 2025, to March 31, 2026, and includes optional extensions for additional years through March 2029. The Welcome Center is pivotal for efficient onboarding and processing of new personnel, delivering essential administrative support related to human resources programs. Key components of the proposal detail the schedules for the services, deliverables, and compliance with various federal acquisition regulations, including clauses specifically addressing small business participation and program requirements. Additionally, the document emphasizes the necessity for contractors to maintain high standards of cybersecurity and adhere to veteran and small business-focused policies, ensuring equitable opportunities. This solicitation embodies the government's commitment to supporting women-owned and small businesses while fulfilling vital functional roles in military operations, enhancing the integration of new members into service units.
    The document details a solicitation for the provision of Welcome Center services at Hurlburt Field, Florida, primarily targeting Women-Owned Small Businesses (WOSB) under a government contract numbered FA441725R00090002. It outlines the acquisition's unrestricted nature, with a total award amount of $12,500,000 for the contract's base period from April 1, 2025, to March 31, 2026, with additional option years until March 31, 2029. The Welcome Center is designed to efficiently manage the human resources in-processing for military personnel and their families, ensuring they receive essential support and paperwork completion within 45 days of arrival. The Contracting Officer and associated contact details are provided for interested businesses, as well as performance standards, payment terms, and clauses related to federal acquisition regulations. This project reflects the government’s commitment to promoting small businesses, especially those owned by women, while facilitating efficient military operations. The document serves as a crucial reference for potential contractors to prepare proposals in line with federal contracting guidelines and expectations.
    The document outlines a solicitation for a contract to provide Welcome Center services at Hurlburt Field, targeting Women-Owned Small Businesses (WOSB). The solicitation includes specific identifiers such as requisition and contract numbers, award dates, and contact information for the contracting officer. Services required involve non-personal support for human resources programs to efficiently assist inbound personnel with various administrative tasks, including scheduling appointments and managing travel vouchers. The contract spans multiple periods, starting from April 2025 to March 2026, with options for extensions through 2029. Detailed instructions on pricing, performance work statements, and clauses related to labor standards, small business utilization, and subcontracting are included. The document is structured systematically, with clear headings detailing the scope of work, contract requirements, and administrational data. This solicitation emphasizes the government's commitment to enhancing efficiency and compliance while promoting small business participation in federal contracts. Overall, it reflects the strategic goal of fostering diversity and supporting economically disadvantaged businesses in public procurement.
    This document is an amendment to a solicitation, specifically addressing updates to the response timeline and requirements for a contract concerning non-personal services related to human resources programs at Hurlburt Field. The amendment indicates that the deadline for questions from offerors has been extended from January 31 to February 6, 2025, while the proposal submission deadline has changed from February 17 to February 24, 2025. Additional changes include modifications to the Requirements text to clarify the provision of services supporting the Hurlburt Field Welcome Center and updates to the instructions for submitting questions via email. Changes to communication timelines reflect a commitment to transparency and participant engagement in the bidding process. The document maintains all other terms and conditions of the original solicitation, ensuring continuity and clarity for potential contractors. This amendment plays a critical role in facilitating the procurement process, providing necessary updates while ensuring compliance with federal regulations surrounding RFP and contract modifications.
    This document outlines an amendment to a solicitation, serving as a formal notification regarding changes to contract terms and conditions. It clarifies that offers must acknowledge the amendment before the specified deadline to avoid rejection. The document specifies multiple acceptable methods for acknowledgment, including completing specific items and submitting letters or electronic communications. It also notes that contractors may modify previously submitted offers if updates are sent before the deadline. Furthermore, the document indicates that the current amendment adds Attachment 6, titled "Evaluations," which presumably contains essential criteria or metrics related to the contracting opportunity. The amendment keeps other terms and conditions of the original solicitation unchanged. The amendment is part of a structured process typical in government Requests for Proposals (RFPs), emphasizing the importance of strict adherence to procedural guidelines and deadlines in federal contracting.
    This document serves as an amendment to a solicitation related to the Welcome Center, primarily focusing on updates to specific attachments within the request for proposals (RFP). The amendment clarifies that the deadline for submitting offers has been extended and outlines the methods for acknowledging receipt of this amendment, which include updating previously submitted offers if necessary. It emphasizes that failure to acknowledge the amendment prior to the specified deadline may result in the rejection of offers. Key changes noted include the addition and deletion of various attachments. New attachments include documents such as the Welcome Center Performance Work Statement (PWS) and Instructions to Offerors, while previous versions have been removed. These updates aim to ensure that all offerors have the most current information available for submission. The document upholds that all unaffected terms and conditions of the original solicitation remain in effect. This amendment procedure is a standard practice within federal government RFP processes to maintain clarity and compliance throughout contract management.
    The document outlines an amendment to a federal solicitation related to a Welcome Center contract. It details procedures for acknowledging the amendment, which extends the timeline for offer submissions, and specifies that a secret/security clearance is no longer required for contractors. Significant modifications include the removal of clearance language from various attachments and updates to the Past Performance Evaluation section for clarity. Specifically, Attachment 1 removes the clearance requirement, while Attachments 5 and 6 clarify offeror instructions and evaluation processes. New attachments have been added, replacing previous versions to reflect these changes and provide updated Q&A information. Overall, the amendment ensures that the solicitation remains transparent and accessible for potential bidders, striking a balance between security needs and practical considerations for contractors.
    The document discusses a government solicitation (FA441725R0009) for support services at a Welcome Center, addressing various inquiries from potential offerors. The key themes include the clarification of submission requirements, staffing plans, performance expectations, and contract stipulations. Notably, the government confirmed that the Emergency Response Plan and similar documents will not be required for technical submissions, and all work must be performed onsite as remote support is not allowed. Key points include confirmation that two full-time employees (FTEs) currently handle the tasks, while all necessary equipment will be provided by the government. Additionally, the contract does not require a specific security clearance but mandates a standard background check. The government aims to ensure fair competition and allow past performance from subcontractors to be considered, a revision from previous practices. Overall, the document outlines essential requirements for bidders, encouraging clarity around expectations for past performance, service standards, and personnel qualifications, while establishing the framework for compliance with wage determinations under the Service Contract Act. This solicitation reflects typical processes in federal contracting and emphasizes safety, performance evaluation, and equity in small business participation.
    The document outlines a solicitation for "Welcome Center Support" issued on February 13, 2025, under solicitation number FA441725R0009. It comprises a series of questions and answers regarding the requirements and conditions of the contract. Key clarifications include that no resumes of contractor personnel are needed, work must be performed on-site, and the government will supply necessary hardware and consumables. Two full-time equivalents (FTEs) are required for the contract, with no current security clearance necessary beyond a background check. The documents also indicate specific labor categories, including Administrative Assistants, and a focus on past performance, where updated procedures for providing past performance information has been outlined, including the introduction of a template for past performance questionnaires. Notably, there are no minimum service standards or performance reports required from the contractor. The contract allows for modifications as necessary and emphasizes the importance of customer satisfaction surveys. Overall, this solicitation serves to clarify the terms of engagement and expectations for contractors bidding on this federal support function.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Resilience Center and HAWC Admin Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses to provide administrative services for the Resilience Center and Health and Wellness Center (HAWC) at Hurlburt Field, Florida. The contract, valued at approximately $12.5 million, requires the contractor to supply two full-time personnel to manage and support programs aimed at enhancing the readiness and resilience of Airmen and their families. This procurement is critical for delivering structured wellness programs under the Commando Ready initiative, which plays a vital role in supporting military personnel's health and operational readiness. Interested parties must submit their proposals by February 24, 2025, and can direct inquiries to Rowan Thom at rowan.thom.1@us.af.mil or Dani English at dani.english@us.af.mil for further information.
    Barrier Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a federal contract focused on barrier maintenance services at Hurlburt Field, Florida. The contractor will be responsible for the preventive maintenance, inspections, and minor repairs of Air Force vehicle barrier systems, ensuring compliance with federal, state, and local regulations while maintaining a performance threshold of 96% operational readiness. This contract, set aside for small businesses, particularly Women-Owned Small Businesses, has an acquisition ceiling of $25 million and requires submissions by February 28, 2025, following a mandatory site visit on February 6, 2025. Interested parties can reach out to Peyton Cole at peyton.cole@us.af.mil or Ashley L. Williams at ashley.williams.85@us.af.mil for further details.
    Repair Interior Renovation Bldg 90131
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Interior Renovation project at Building 90131, located at Hurlburt Field, Florida. This opportunity is a 100% Small Business Set-Aside, emphasizing the need for contractors to submit proposals that include technical aspects, past performance, and cost proposals, with a focus on compliance with the outlined requirements. The project is critical for maintaining the functionality and safety of airfield structures, and proposals must be submitted electronically by March 24, 2025, with questions due in writing by February 26, 2025. Interested parties can contact Richard Beaty at richard.beaty.3@us.af.mil or Romeo Reyes at romeo.reyes.1@us.af.mil for further information.
    Integrated Waste Management FY25
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide Integrated Solid Waste Management services at Hurlburt Field, Florida, under a combined synopsis/solicitation notice. The contractor will be responsible for managing municipal solid waste and construction debris, ensuring compliance with local, state, and federal regulations, and maintaining high standards of service, including regular refuse collection and recycling efforts. This procurement is crucial for maintaining operational efficiency and environmental standards at the military installation. Interested parties must be 8(a) certified, submit proposals by March 6, 2025, and direct inquiries to Lauren Hook at lauren.hook@us.af.mil or Ashley L. Williams at ashley.williams.85@us.af.mil.
    Outbound Cargo Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide outbound cargo services at Hurlburt Field, Florida. The procurement aims to secure non-personal services, including packing, preservation, and transportation of various cargo types, under the guidance of the Transportation Officer. These services are critical for ensuring the efficient movement of general, special, and high-priority cargo, including hazardous materials, while adhering to military and commercial transportation standards. Interested parties must submit a statement of interest, including company details and relevant experience, by 2:00 PM (Central Standard Time) on September 16, 2024, to the primary contacts, Margaret Peerman and Amy Jenkins, via their provided email addresses.
    FRONT DESK ADMIN MINOT AFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Front Desk Data Entry Services at the Military Family & Readiness Center located at Minot Air Force Base, North Dakota. The procurement aims to secure administrative support services, including data entry for the Transition Assistance Program, customer service functions, and various administrative tasks, with a focus on maintaining operational efficiency for military families. This contract is particularly significant as it emphasizes small business participation, with services expected to commence on August 1, 2025, and an initial contract term that includes an optional four-year extension. Interested vendors must submit their proposals via email by March 3, 2025, and can direct inquiries to A1C Lovely Womack at lovely.womack@us.af.mil or Jalen Dillard at Jalen.Dillard.1@us.af.mil.
    Mess Attendant Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Mess Attendant Services at Hurlburt Field, Florida. The contract will support two appropriated funded food operations, including the Riptide Dining Facility and the Reef-2-Go kiosk, requiring personnel for food preparation, guest servicing, cleaning, and custodial duties, while adhering to federal, state, and military regulations. This procurement is critical for maintaining high-quality dining services for Air Force personnel, ensuring compliance with military standards and customer satisfaction. Interested contractors must register in the System for Award Management and submit proposals in response to RFP number FA441725R0012, with the anticipated contract being a Firm Fixed Price agreement under the 8(a) set-aside program. For further inquiries, contact Tyler Peterson at tylerjohn.peterson@us.af.mil or Benton Medcalf at benton.medcalf@us.af.mil.
    Multiple Award Construction Contract (MACC) for Heating, Ventilation, and Air Conditioning (HVAC), Hurlburt Field, FL
    Buyer not available
    The Department of Defense, through the 1st Special Operations Contracting Squadron, is seeking industry interest for a Multiple Award Construction Contract (MACC) focused on Heating, Ventilation, and Air Conditioning (HVAC) services at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to support various HVAC repair, alteration, and replacement projects, requiring contractors to provide all necessary personnel, equipment, and materials for a range of construction tasks. This initiative is crucial for maintaining operational efficiency and comfort within military facilities, with the government anticipating the award of up to five contracts under the small business set-aside program. Interested parties must respond by 12:00 pm CST on November 21, 2024, and can direct inquiries to Richard Beaty at richard.beaty.3@us.af.mil or Romeo B. Reyes at romeo.reyes.1@us.af.mil.
    Sources Sought: Human Centered Design Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for Human Centered Design Support services through a Sources Sought notice. The objective of this procurement is to identify qualified vendors who can provide IT and telecom business application development support services, which are crucial for enhancing user experience and operational efficiency within the Air Force. This opportunity underscores the importance of integrating human-centered design principles into technology solutions to meet the needs of end-users effectively. Interested parties can reach out to Trevor Taylor-Tillet at trevor.taylortillet.1.ctr@us.af.mil or call 240-612-6157 for further information.
    Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide non-personal commercial lodging accommodations within a 30-mile radius of Homestead Air Reserve Base (ARB), Florida. This procurement involves establishing multiple Blanket Purchase Agreements (BPAs) for single and double occupancy hotel rooms during training periods, with a focus on maintaining high-quality living conditions and compliance with specified standards. The awarded BPAs will have a performance period of up to five years, with a minimum order value of $1.00, and must adhere to General Services Administration (GSA) Per Diem rates. Interested contractors must submit a capability statement to Contract Specialist Tahj Guilford at Tahj.Guilford.2@us.af.mil by January 7, 2029, at 4:00 PM EST, to be considered for this opportunity.