Locally Employed Person Screening Teams (LEPST) & Human Resource Management Bridge
ID: FA489023F0041Type: Justification
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4890 HQ ACC AMICHAMPTON, VA, 23666, USA

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, has awarded a sole source task order for the Locally Employed Person Screening Teams (LEPST) and Human Resource Management Bridge to ITA International, LLC. This procurement aims to provide essential support services for the Air Force Office of Special Investigation (AFOSI) 2d Field Investigation Region (2 FIR) in the USAFCENT Area of Responsibility, ensuring the continuation of mission-critical operations related to counterintelligence and counter-terrorism efforts. The awarded Firm-Fixed Price Level of Effort task order, valued under the NAICS Code 541611, is crucial for maintaining operational capabilities in response to ongoing threats to the Air Force and U.S. Government. For further inquiries, interested parties may contact Crystal Luterman at crystal.luterman.1@us.af.mil or Michael Krewinghaus at michael.krewinghaus@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    Similar Opportunities
    Defense/Aerospace Competitive Intelligence Service
    Buyer not available
    The Department of Defense, specifically the Air Force District of Washington D.C., is seeking to procure a Defense/Aerospace Competitive Intelligence Service through a single-source contract. This procurement is aimed at obtaining specialized intelligence services that are critical for enhancing the operational capabilities of the Air Force, with the contract having been awarded to Infobase Publishers, Inc. on April 10, 2023. The services will focus on IT and telecom solutions, particularly in the area of platform as a service, which is vital for maintaining competitive advantage in defense and aerospace sectors. For further inquiries, interested parties can contact Amanda Fay Henderson at amanda.henderson.2@us.af.mil.
    IDS C2 Basic Support Plan
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure the IDS C2 Basic Support Plan software through a sole source order. This procurement is aimed at acquiring essential IT management tools and products, which are critical for the effective operation and management of defense-related IT systems. The awarded contract will be executed in Ohio, with further details available in the attached redacted Justification and Approval (J&A) document. Interested parties can reach out to Travis Hoefler at travis.hoefler@us.af.mil or Richard T. Saltsman at richard.saltsman@us.af.mil for additional information regarding this opportunity.
    Central Command (CENTCOM) PARTNER INTEGRATION ENTERPRISE (CPIE)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractor support for the Central Command (CENTCOM) Partner Integration Enterprise (CPIE) initiative. This task order aims to provide essential services including Imagery Intelligence Analysis, Full Motion Video (FMV) Monitoring and Screening, Information Technology support, and Logistics support to intelligence operations for CENTCOM and its subordinate Combatant Commands, including SOCCENT TSOC operations. The services are critical for enhancing operational effectiveness and intelligence capabilities in the region. Interested contractors can reach out to Brent Vergauwen at brent.k.vergauwen.civ@army.mil or call 571-588-9274 for further details regarding this opportunity.
    LSJ for 67th COG Services
    Buyer not available
    The General Services Administration (GSA) is executing a Limited Source Justification for the 67th Cyber Operations Group of the U.S. Air Force, necessitating urgent cyber operations training and support services. This procurement is aimed at maintaining continuity of critical national security services while a protest regarding a previously awarded contract is resolved. The incumbent contractor, Macaulay-Brown Inc., is uniquely qualified to fulfill this requirement due to their existing top-secret clearances and specialized expertise, with a contract value of up to $2,000,000 for a 30-day base period and an optional 30-day extension. For further inquiries, interested parties may contact David Kilbourne at david.kilbourne@gsa.gov.
    Planners Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is awarding a sole-source contract for Planner Support Services to Leidos Inc. at RAF Lakenheath, United Kingdom. This procurement is executed under FAR 16.505, allowing for a firm-fixed price bridge contract with a base period of six months and an option for an additional six months. The services are critical for supporting the U.S. Air Force's planning operations, ensuring effective management and execution of their objectives. For further inquiries, interested parties can contact Claudia Evans at claudia.evans@us.af.mil or by phone at 01638522252.
    Air Force Technical Applications Center (AFTAC) United States Atomic Energy Detection System (USAEDS) Network
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors for the Air Force Technical Applications Center (AFTAC) United States Atomic Energy Detection System (USAEDS) Network. This procurement involves network support services, specifically aimed at maintaining and enhancing the capabilities of the USAEDS, which plays a critical role in monitoring and detecting nuclear activities. Interested parties can reach out to Katie Day at katie.s.day.civ@mail.mil or by phone at 618-418-6265 for further details regarding the contract, which is categorized under the PSC code DG01 for IT and telecom services. The opportunity is currently in the justification phase, and specific funding amounts and deadlines have not been disclosed.
    Transient Alert Services 1 Bridge 2 Modification
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Transient Alert Services 1 Bridge 2 Modification, which involves multiple award ID/IQ contracts aimed at providing essential support for aircraft not assigned to a base or those in transit. The primary objectives of this procurement include aircraft management control, processing, emergency response services for both in-flight and ground emergencies, and ensuring environmental compliance in accordance with Air Force Instructions. These services are critical for maintaining operational readiness across 44 mandatory bases and 11 optional bases within the Air Force. Interested parties can reach out to Alexis Strieker at alexis.strieker@us.af.mil or Jennifer L. Gasparich at jennifer.gasparich@us.af.mil for further details.
    Integrated Traveler Initiative (ITI) -continuation of LBI Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), intends to modify an existing task order for the Integrated Traveler Initiative (ITI) to continue services provided by Science Applications International Corporation (SAIC) on a sole-source basis. This procurement is focused on IT management support services that are unique and highly specialized, necessitating the continuation of services without competitive bidding. The modification aims to ensure the ongoing effectiveness of the ITI, which plays a critical role in enhancing border security and traveler processing. For further inquiries, interested parties can contact LaChelle Johnson at lachelle.p.johnson@associates.cbp.dhs.gov or Sharon Hallinan at sharon.e.hallinan@cbp.dhs.gov.
    Sole Source - Contractor Engineering Technical Services (CETS)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Sole Source Contractor Engineering Technical Services (CETS) to provide specialized on-site technical support essential for the operation and maintenance of various weapon systems. These services are critical for ensuring that the Air Force can effectively accomplish its assigned missions, as CETS contracts facilitate the sharing of up-to-date technical information and training from Original Equipment Manufacturers (OEMs) to operational commands. The CETS personnel will play a vital role in developing an organic Engineering Technical Services (ETS) capability within the Air Force, as current operational units have not yet achieved the necessary proficiency to independently provide this technical assistance. Interested parties can reach out to Sonia L. Johnston at sonia.johnston@us.af.mil or Alex Heller at alex.heller@us.af.mil for further inquiries regarding this opportunity.
    Request for Information AFLCMC/WIN manages the USAF Imaging & Targeting Support (I&TS) portfolio supporting the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The GCWG manages and plans AF airborne GEOINT Capabilities RDT&E investments
    Buyer not available
    The Department of the Air Force, through the Air Force Life Cycle Management Center (AFLCMC/WIN), is conducting a Request for Information (RFI) to identify promising technologies for the Imaging & Targeting Support (I&TS) portfolio, which supports the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The objective is to solicit innovative projects that enhance Air Force airborne GEOINT capabilities, focusing on technologies with an initial Technology Readiness Level (TRL) of 4-6 and aiming to achieve TRL 6 or higher, with funding requirements capped at $2.5 million per year for projects lasting one to two years. This initiative is crucial for developing next-generation sensor and processing capabilities that adapt to evolving mission sets and threats, aligning with the Air Force's strategic goals outlined in the Chief of Staff's One Force Design document. Interested parties should submit white papers and tri-charts by 1600 EST on January 19, 2026, and can contact the primary representative, WING PM, at AFLCMC.WING.ITS@us.af.mil for further information.