HQ AETC IT Support Services
ID: FA301625F0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Computer Facilities Management Services (541513)

PSC

IT AND TELECOM - COMPUTE SUPPORT SERVICES, NON-HPC (LABOR) (DB02)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, through the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for IT Support Services at Headquarters Air Education and Training Command (AETC) under solicitation number FA301625R0005. The contract aims to provide comprehensive IT support, including infrastructure management, system administration, and software license oversight for approximately 1,230 users, ensuring compliance with Air Force standards and security protocols. With a total estimated budget of up to $37 million, the contract is set to span from March 29, 2025, to March 28, 2030, emphasizing the federal commitment to enhancing opportunities for economically disadvantaged businesses. Interested parties should contact Michelle Watkins at michelle.watkins.4@us.af.mil or 210-652-0230 for further details and must adhere to the submission guidelines outlined in the solicitation documents.

    Files
    Title
    Posted
    The document outlines an amendment regarding solicitation number FA301625R0005, indicating its complete cancellation by the government. This decision was made to redefine and address changing requirements following industry inquiries since the solicitation's initial posting. The government plans to reassess its acquisition strategy and may or may not relaunch the solicitation at a later date on Sam.gov. Potential offerors are advised to regularly check the website for future updates and opportunities. The amendment specifies that all previously established terms and conditions remain unchanged unless stated otherwise and provides details on acknowledgment procedures relevant to contractors. Overall, this amendment centers on improving clarity in procurement processes in response to evolving government needs.
    This Performance Work Statement (PWS) outlines the requirements for IT support services at Headquarters Air Education and Training Command (HQ AETC), as detailed in solicitation number FA301625R0005. The main objective is to deliver timely and effective IT assistance to specified AETC units, covering both unclassified and classified networks. The contractor is responsible for IT infrastructure management, system administration, software license management, and IT asset oversight, supporting approximately 1,230 users across multiple directorates. Key responsibilities include on-site technical support, managing trouble ticket systems, performing software updates, and maintaining compliance with Air Force standards. The contractor must ensure that personnel possess requisite qualifications and adhere to security protocols, specifically requiring a Secret clearance for employees. Regular performance reporting and compliance with federal regulations are mandated, along with quality control measures. Overall, this document emphasizes the integral nature of IT services in supporting the operational readiness of HQ AETC, reflecting standard practices for federal RFPs and grants aimed at enhancing mission efficiency within government agencies.
    The Quality Assurance Surveillance Plan (QASP) outlines a systematic approach for the effective oversight of IT service contracts within the Air Education & Training Command. The primary aim is to ensure compliance with the Performance Work Statement (PWS) by various units, specifically addressing the management of IT resources, support for end users, and software license management. A Multi-Functional Team (MFT) is established to facilitate collaboration and effective acquisition management, with defined responsibilities for key stakeholders, including the Contracting Officer Representative (COR) and the Contracting Officer (CO), ensuring quality assurance through meticulous performance monitoring and documentation. The performance assessment is structured around defined objectives, with specific metrics and thresholds for evaluating contractor effectiveness in service delivery. Surveillance methods involve periodic inspections and corrective actions on unacceptable service occurrences. Additionally, the plan mandates contractor manpower reporting and adherence to regulations regarding trafficking in persons. Overall, the QASP emphasizes sound performance management practices to achieve cost efficiencies and uphold mission objectives in government contracts for IT services.
    This document, titled "Register of Wage Determinations Under the Service Contract Act," outlines wage requirements for federally funded contracts in Texas, specifically the counties of Atascosa, Bandera, Bexar, Comal, Guadalupe, Kendall, Medina, and Wilson. The report dictates minimum wage rates for various occupations under two Executive Orders, requiring different rates based on the contract's timing. For contracts starting or extended after January 30, 2022, employees must receive at least $17.75 per hour; for contracts awarded between January 1, 2015, and January 29, 2022, the minimum is $13.30 per hour. Occupational wage rates are detailed in a comprehensive table categorized by job functions, including administrative support, automotive services, food preparation, and health occupations. Additionally, fringe benefits such as health and welfare, vacation, and paid holidays are mandated. Importantly, Executive Orders addressing paid sick leave for federal contractors are applicable, ensuring worker protections. Overall, this document serves as a regulatory framework for wage determination related to federal contracts, reinforcing the government's commitment to fair compensation in publicly funded projects, thus aligning with broader labor standards and worker rights within government procurement practices.
    The document at hand appears to be referencing a technical issue with an Adobe Reader PDF viewer, as no content from a government file regarding RFPs or grants has been provided. As such, no specific analysis or summary of an actual government document can be executed. Typically, such files would include requests for proposals (RFPs) or grants aimed at various governmental levels—federal, state, or local—outlining funding opportunities or special projects. The desired approach in summarizing would involve highlighting the main objective, specific criteria, and application guidelines of a given RFP or grant, providing necessary details for stakeholders. However, without concrete data or context from an actual document, it remains impossible to fulfill the request effectively. Thus, a summary cannot be generated based on the existing content or lack thereof.
    The document is a performance questionnaire related to the AETC IT Support Services contract (FA301625R0005). It is designed to gather evaluative information about a contractor's past performance in fulfilling contractual obligations within the last three years. The questionnaire requires details such as the contractor's name, project description, period of performance, and the respondent's contact information. It features a rating scale from 1 (unsatisfactory) to 5 (very good) to assess various aspects of the contractor's performance, including management capabilities, personnel quality, adherence to quality control plans, timely problem resolution, responsiveness to contract changes, and overall performance. The respondents must also indicate whether the contractor has received any formal notices of deficiencies and whether they would choose to reaward contracts to the contractor. This performance assessment is crucial for the government to make informed decisions regarding contractors' qualifications for future projects, emphasizing the importance of accountability and quality in public service contracts.
    The document is a performance questionnaire related to the AETC IT Support Services contract (FA301625R0005). It is designed to gather evaluative information about a contractor's past performance in fulfilling contractual obligations within the last three years. The questionnaire requires details such as the contractor's name, project description, period of performance, and the respondent's contact information. It features a rating scale from 1 (unsatisfactory) to 5 (very good) to assess various aspects of the contractor's performance, including management capabilities, personnel quality, adherence to quality control plans, timely problem resolution, responsiveness to contract changes, and overall performance. The respondents must also indicate whether the contractor has received any formal notices of deficiencies and whether they would choose to reaward contracts to the contractor. This performance assessment is crucial for the government to make informed decisions regarding contractors' qualifications for future projects, emphasizing the importance of accountability and quality in public service contracts.
    The AETC IT Support Services RFQ # FA301625R0005 outlines the requirements for bidders to provide documentation related to their past performance on contracts, specifically detailing services rendered as either a prime or subcontractor. Vendors must include contract numbers, a description of work performed—highlighting the number of full-time equivalents (FTEs), positions, and workload percentages—along with the contract period and values. Additionally, details of any subcontractors, affiliates, or joint ventures involved must be presented, including their specific functions and the distribution of work and costs. This information is essential for evaluating the capabilities and experiences of potential bidders in providing IT support services. The document emphasizes thoroughness in reporting past performance to support the assessment of proposals within the context of federal and state/local government procurement processes.
    The AETC IT Support Services RFQ # FA301625R0005 outlines the requirements for bidders to provide documentation related to their past performance on contracts, specifically detailing services rendered as either a prime or subcontractor. Vendors must include contract numbers, a description of work performed—highlighting the number of full-time equivalents (FTEs), positions, and workload percentages—along with the contract period and values. Additionally, details of any subcontractors, affiliates, or joint ventures involved must be presented, including their specific functions and the distribution of work and costs. This information is essential for evaluating the capabilities and experiences of potential bidders in providing IT support services. The document emphasizes thoroughness in reporting past performance to support the assessment of proposals within the context of federal and state/local government procurement processes.
    The document outlines a solicitation for a contract specifically aimed at Women-Owned Small Businesses (WOSB) to provide IT support services for the U.S. Air Education and Training Command (AETC). The contract, designated as FA301625R0005, spans from March 29, 2025, to March 28, 2030, with a total estimated budget of up to $37 million. It includes firm fixed pricing for different personnel roles, such as Client System Technicians (CST) and Program Managers, with specified monthly service rates. Each task order will require adherence to the Performance Work Statement (PWS) for service delivery and contract compliance. Key administrative information includes acceptance protocols, payment processing through the Wide Area WorkFlow (WAWF), and special contract clauses imperative for execution, like service contract labor standards and various compliance responsibilities. The solicitation underscores the federal commitment to enhancing opportunities for economically disadvantaged women-owned businesses and emphasizes the need for qualified service providers to support military training operations securely and effectively. Overall, the document serves as a formal invitation to submit proposals aligned with federal procurement goals, reinforcing inclusivity and quality in government contracting.
    The document serves as an amendment to a Request for Proposal (RFP) and outlines the processes and requirements for submitting offers in relation to a federal contract set aside for 100% Women-Owned Small Businesses. Critical points include an extended offer deadline, acknowledgment requirements for the amendment, and a detailed evaluation methodology for proposals that considers price, technical merit, and past performance. The proposal needs to be submitted electronically in a structured format divided into Pricing, Technical, and Past Performance sections. Factors for evaluation include a maximum of 35 pages for the Technical Volume and strict compliance with mandated requirements. Further, it is emphasized that proposals must be complete and adhere to the specified formatting to avoid rejection. The Government retains the right to discuss with offerors if deemed necessary while placing significant importance on the best value proposition. Notably, the proposal's acceptance period is specified as 60 calendar days following submission. Overall, this document underscores the procedural and compliance-focused nature typical in government contracting initiatives, aiming to ensure fair competition and regulatory adherence.
    This document serves as an amendment to a previously issued solicitation, extending the deadline for offer submissions. It outlines the procedures for acknowledging receipt of the amendment, the need for contractors to make any desired changes to already submitted offers, and how to communicate such updates effectively. The amendment specifies that all terms and conditions remain unchanged unless explicitly noted. Additionally, it includes a call to complete certain forms to acknowledge the amendment and updates the attachments required for past performance documentation to be in Word format. The document emphasizes the importance of timely acknowledgment to avoid rejection of offers, adhering to federal regulations. This procedural amendment reflects standard practices associated with federal requests for proposals (RFPs) and contracts, ensuring clarity and compliance for all parties involved.
    This government document serves as an amendment to a solicitation, specifically addressing the extension of submission deadlines and modifying contract details. Contractors are required to acknowledge receipt of the amendment through multiple methods, including completing specific blocks on the amendment form or through electronic communication. The document details the amendment’s purpose, which is to correct earlier communications regarding the submission format for past performance documents, specifying that these should now be provided in Word format. Additionally, it outlines the associated sections and attachments, such as the Performance Work Statement and Quality Assurance Surveillance Plan, which are crucial for understanding project details and compliance requirements. Overall, the document is structured to ensure clarity in submission guidelines and procedural updates, reinforcing the need for adherence to the outlined terms in the context of federal procurement processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    AETC CSA IT Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking IT support services under the title "AETC CSA IT Support Services." The procurement aims to provide comprehensive computer facilities management services, which are crucial for maintaining and enhancing the operational capabilities of the Air Education and Training Command (AETC). These services will play a vital role in ensuring efficient network support and IT operations at the designated performance location in Hideaway, Texas. Interested vendors can reach out to Sandra Smith at sandra.smith.24@us.af.mil or call 210-652-8537 for further details regarding this opportunity.
    AFGSC Electronic Technical Order Client Device and Technical Library Sustainment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the sustainment of the AFGSC Electronic Technical Order Client Device and Technical Library. This procurement aims to provide support for ruggedized laptops and tablets used across multiple Air Force bases, ensuring reliable access to technical orders and maintenance data from March 28, 2025, to March 27, 2030. The services are critical for maintaining operational readiness and enhancing the efficacy of the Air Force Global Strike Command's support services. Interested small businesses must submit their proposals, which will be evaluated based on technical capabilities, past performance, and pricing, with a focus on compliance with federal regulations. For further inquiries, potential bidders can contact Capt Natalie Norlock at natalie.norlock@us.af.mil or by phone at 937-443-1575.
    Final RFP for the internal Contractor Support Services Contract at NAWCTSD
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is soliciting proposals for the internal Contractor Support Services Contract. This procurement aims to secure engineering services that support various training systems and operations within the Navy. The services are critical for maintaining and enhancing the effectiveness of training programs, ensuring that personnel are adequately prepared for their roles. Interested parties, particularly those certified as Women-Owned Small Businesses (WOSB), are encouraged to reach out to Michael Yucht at michael.d.yucht.civ@us.navy.mil or by phone at 407-380-4894, or Caitlyn Ersek at caitlyn.e.ersek.civ@us.navy.mil or 407-380-8050 for further details regarding the solicitation process.
    Warner Robins Air Logistics Complex Production Overhead Support
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Warner Robins Air Logistics Complex Production Overhead Support contract, which aims to provide essential labor, management, and travel support services at Robins Air Force Base in Georgia. The contractor will be responsible for a range of logistical tasks, including inventory management, parts ordering, and production planning, while ensuring compliance with safety and quality control measures. This contract, valued at approximately $24.5 million, is set aside for women-owned small businesses and the 8(a) program, with a performance period beginning on April 19, 2025, and extending through April 2030. Interested parties can reach out to Adam Hudson at adam.hudson.4@us.af.mil or Bryan Canady at bryan.canady@us.af.mil for further inquiries and must adhere to the proposal submission deadlines outlined in the solicitation documents.
    Executive Office Furniture
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of executive office furniture under Requisition Number FA301625Q0053, with a focus on supporting Women-Owned Small Businesses (WOSB). The contract encompasses the delivery, installation, and removal of various office furniture items, including mid-back swivel chairs, high-back executive swivel chairs, lounge sofas, and guest chairs, all adhering to specified fabric and color requirements. This procurement is critical for enhancing the operational readiness and comfort of personnel at the 688th Cyberspace Wing, with a final delivery date set for March 14, 2025. Interested vendors can reach out to Christopher Maier at christopher.maier.3@us.af.mil or call 210-671-0133 for further details and to ensure compliance with the outlined specifications and deadlines.
    IT EQUIPMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide IT equipment under Solicitation Number FA2823-25-Q-A010. The procurement aims to acquire multi-purpose electronic devices, including display, audio, and video equipment, to enhance technological capabilities at Eglin Air Force Base, Florida, while adhering to federal standards such as Information Assurance protocols and Energy Star guidelines. This initiative emphasizes the use of Commercial-Off-The-Shelf (COTS) products that meet specific security certifications, with a firm-fixed price purchase order expected to be awarded based on best value criteria, including technical capability and past performance. Interested vendors must register in the System for Award Management (SAM) and submit their proposals, ensuring delivery within 60 days of order receipt, with any delays promptly communicated. For further inquiries, potential offerors can contact Naomi Letting at naomi.letting@us.af.mil or Brittany Linthicome at brittany.linthicome@us.af.mil.
    Goodfellow AFB Commercial Telephone Service
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the provision of commercial telephone services at Goodfellow Air Force Base (AFB) in Texas. The contract aims to ensure 24/7/365 telephone access with a minimum availability of 99.9%, integrating long-distance and ancillary services while adhering to federal standards and regulations. This procurement is critical for maintaining effective communication capabilities essential to military operations. Interested vendors, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Vonda Johnston at vonda.johnston.1@us.af.mil or SSgt James Molden at james.molden@us.af.mil, with proposals due by the specified deadlines outlined in the solicitation documents.
    Cannon AFB - Melrose Air Force Support Contract
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Cannon AFB - Melrose Air Force Support Contract, which focuses on operations, maintenance, and support services at the Melrose Air Force Range (MAFR) in New Mexico. The contract aims to provide comprehensive services including training range operations, facility maintenance, electronic warfare support, and emergency medical services, with a base period of 60 months starting December 1, 2025, and options for extensions. This procurement is crucial for maintaining military readiness and operational efficiency, with an estimated budget of approximately $47 million structured as a firm-fixed-price contract. Interested small businesses are encouraged to participate, and proposals must be submitted electronically by April 11, 2025, with inquiries directed to Patricia Thatcher at patricia.thatcher@us.af.mil or Michael Boyd at michael.boyd.9@us.af.mil.
    Brand Name Justification & Bluebeam Software Solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of 30 licenses of Bluebeam Revu Version 21-0-30 software, under solicitation number FA469025Q00100001. This opportunity is set aside for small businesses, particularly Women-Owned Small Businesses (WOSB), and emphasizes compliance with Federal Acquisition Regulations (FAR) and Defense FAR Supplement (DFARS). The total award amount for this procurement is $34,000,000, with a delivery timeline of 30 calendar days post-award. Interested parties should direct inquiries to Vaishali Upadhyay at vaishali.upadhyay.1@us.af.mil or Hunter Teems at hunter.teems.1@us.af.mil, and must submit their proposals by the specified deadline to be considered for this opportunity.
    Goodfellow Grounds Maintenance FY25
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for grounds maintenance services at Goodfellow Air Force Base in Texas for fiscal year 2025. The contract, estimated at $9.5 million, encompasses a range of services including the maintenance of improved and unimproved grounds, irrigation systems, debris removal, pest control, and shrub pruning, all aimed at ensuring a well-maintained environment that supports the base's operational needs. This procurement is set aside for economically disadvantaged women-owned small businesses, emphasizing the government's commitment to fostering diversity in federal contracting. Interested parties should direct inquiries to SSgt Merrick Ferguson at merrick.ferguson.1@us.af.mil or 325-654-5310, and must adhere to the specified performance standards and wage determinations outlined in the solicitation documents.