920 Rescue Wing Training BPA
ID: FA252124QB017Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS LGCPATRICK SFB, FL, 32925-3237, USA

NAICS

All Other Miscellaneous Schools and Instruction (611699)

PSC

EDUCATION/TRAINING- COMBAT (U013)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 24, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 21, 2024, 12:00 AM UTC
  3. 3
    Due Dec 5, 2024, 7:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is seeking proposals from small businesses for the 920 Rescue Wing Training Blanket Purchase Agreement (BPA) at Patrick Space Force Base, Florida. The procurement aims to provide non-personal instructional services for Combat Rescue Officer (CRO), Pararescue (PJ), and Survival Evasion Resistance Escape (SERE) training, which includes comprehensive academic instruction, scenario development, and field training, along with necessary logistics and equipment. This initiative is crucial for maintaining operational readiness and enhancing the capabilities of military personnel involved in rescue operations. Interested contractors must submit their proposals by December 5, 2024, with a performance period extending from November 25, 2024, to November 24, 2028, and a maximum purchase limit of $25,000 per individual call. For further inquiries, potential bidders can contact Mohamed Bah at mohamed.bah.6@spaceforce.mil or Gage Belyeu at gage.belyeu.2@spaceforce.mil.

Files
Title
Posted
Nov 21, 2024, 6:20 PM UTC
The Performance Work Statement (PWS) outlines the requirements for instructional services related to Combat Rescue Officer (CRO), Pararescue (PJ), and Survival, Evasion, Resistance, and Escape (SERE) training at Patrick Air Force Base, Florida. The contractor must provide comprehensive training that includes classroom instruction, scenario development, and field training, alongside necessary logistics, equipment, and facilities to meet specified qualifications and standards. Key training components encompass medical instruction, technical rescue, maritime recovery, and small unit tactics, delivered by qualified instructors with relevant operational experience. The PWS emphasizes the importance of adhering to Air Force training standards, maintaining operational readiness, and ensuring safety and security during all activities. Additional requirements stipulate secure storage for government equipment, provision of accommodations for trainees, and the ability to deliver specialized training across diverse environments—including urban, desert, and maritime settings. An emphasis on confidentiality regarding sensitive training materials is also highlighted. The document serves as a comprehensive guide to ensure that enlisted and operational personnel receive high-quality, effective training to enhance their combat readiness and capabilities, thus expressing the government's commitment to maintaining mission effectiveness in rescue operations.
The solicitation FA252125QB017 pertains to the 920 Training Blanket Purchase Agreement (BPA) at Patrick Space Force Base, Florida. It focuses on the training requirements, specifically concerning parachute jumps as outlined in section 3.3, which covers advanced Military Freefall (MFF) and Military Tactical Training Base (MTTB) courses. A key question raised by potential contractors concerns the notification timeline for class dates provided by the 920th unit. The expected notification time is set at 60 days. This information is critical for contractors to effectively plan and allocate resources for training services, ensuring compliance and operational readiness in executing the specified training missions. The document serves as a formal invitation for contractors to provide proposals for training services, emphasizing timelines and organizational expectations in the context of federal procurement processes.
Nov 21, 2024, 6:20 PM UTC
The solicitation FA252125QB017 pertains to the 920th Rescue Wing Training Blanket Purchase Agreements (BPAs) at Patrick Space Force Base, FL. This is an existing project requiring new BPAs due to the expiration of previous agreements. Open to small businesses qualifying under NAICS code 611699, it allows responses from both GSA schedule holders and contractors without GSA schedules. Training may occur on military installations, and individual requirements will be specified in task orders. Each training event will have a minimum class size of 4 and a maximum of 40, with an instructor-to-student ratio that varies by training type. The government will supply all training equipment, while the contractors are responsible for emergency medical services and must adhere to specific safety protocols. Key details include that the BPAs are multiple awards over a four-year period, and call values will not exceed $25,000 unless competitively solicited. The document emphasizes that contractors may focus on their strengths and the government will provide necessary information for each training event. Moreover, proposal submissions are required by December 5, 2024, extending the original timeline to allow potential contractors adequate preparation time.
The document is a combined synopsis and solicitation (FA2521-24-Q-B017) seeking proposals from small businesses for non-personal instructional services for Combat Rescue Officer (CRO), Pararescue (PJ), and Survival Evasion Resistance Escape (SERE) training at the 920 Rescue Wing (RQW) located at Patrick Air Force Base, Florida. Services required include comprehensive academic instruction, scenario development, and field instruction for EMT-Basic/Paramedic and Pararescue Tactical Training courses. The selected contractor must provide instructors, classrooms, equipment, and any necessary vehicles or aircraft. The contract covers a performance period from November 25, 2024, to November 24, 2028, with a maximum purchase limit of $25,000 per individual call. A requirements list will outline the providers, and submissions must comply with regulations per the Federal Acquisition Regulation (FAR). Additionally, vendors need to be registered in the System for Award Management (SAM) and all quotes are due by November 14, 2024. This solicitation highlights the government's investment in specialized training and operational readiness in a collaborative effort with small businesses, ensuring that the announced services will meet the unique demands of military operations.
The document is an amendment and combined synopsis/solicitation for providing instructional services and training for Combat Rescue Officer (CRO), Pararescue (PJ), and Survival Evasion Resistance Escape (SERE) operations at Patrick Air Force Base in Florida. It is designated as a 100% small business set-aside, and proposals must reference the specific solicitation number FA2521-24-Q-B017. Key components of the request include delivering academic instruction, theater orientation, and field training, with contractors required to supply all necessary instructors and materials. The contract period extends from November 25, 2024, to November 24, 2028. The solicitation outlines provisions on pricing, purchase limitations, and required documentation for payment processes, emphasizing adherence to federal regulations. Interested vendors must be registered in the System for Award Management and adhere to various clauses and provisions related to federal contracting, including compliance with telecommunications regulations and tax liability disclosures. The deadline for proposals is December 5, 2024, with a focus on achieving best value based on technical acceptability and cost considerations. This solicitation reflects the U.S. government's ongoing commitment to enhancing training capabilities through partnerships with qualified small businesses.
Nov 21, 2024, 6:20 PM UTC
The document is a compilation of various government Request for Proposals (RFPs) and grants at federal, state, and local levels. It outlines specific projects requiring vendor participation, which may include funding opportunities aimed at enhancing community services or infrastructure. Key topics revolve around public services, environmental improvements, health initiatives, and construction projects. The document seems to focus on the regulatory requirements for submitting proposals, criteria for grant eligibility, and timelines for project completion. It emphasizes the importance of complying with specific guidelines, delivering equitable services, and ensuring transparency in the selection process. The structure includes sections detailing project scopes, eligibility thresholds, required documentation, and practical due dates for applications and proposals. Overall, this collection serves to educate potential bidders on available opportunities, fostering competitive engagement that drives innovation and service improvements across government sectors. The aim is to ensure optimal resource allocation while addressing community needs effectively.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
FY25 AFROTC - Cadets In Jets (JETI IV)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY25 AFROTC - Cadets In Jets (JETI IV) program, aimed at providing incentive orientation flights for Air Force Reserve Officer Training Corps (AFROTC) cadets. The program seeks to conduct 500 to 2000 one-hour flights in high-performance aircraft at Maxwell Air Force Base in Alabama, enhancing cadets' understanding of Air Force operations and inspiring them towards rated career fields. This initiative is crucial for addressing pilot shortages and simulating military flying experiences, with a total anticipated contract value of approximately $34 million over multiple option years from 2025 to 2030. Interested small businesses must submit their proposals, including technical capabilities and past performance information, by the specified deadline, and can contact SrA Lance Redolosa or Jeremy B. Kersey for further details.
SXHT 12-1092 Repair Emergency Power SFS B1319
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the project titled "SXHT 12-1092 Repair Emergency Power SFS B1319" at Patrick Space Force Base in Florida. This project aims to enhance the electrical load capacity at Facility 1319 by installing new electrical components, including an 800A automatic transfer switch, while ensuring minimal disruption to ongoing operations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with a magnitude between $500,000 and $1 million, and the performance period is scheduled for 180 calendar days following the Notice to Proceed. Interested contractors must submit their bids by April 18, 2025, and can direct inquiries to 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Eugenia A. Faulkner Russell at eugenia.faulknerrussell@spaceforce.mil.
Special Warfare Training Wing (SWTW) Rotary and Fixed Wing Airlift Support
Buyer not available
The Department of Defense, specifically the Special Warfare Training Wing (SWTW), is seeking information from contractors capable of providing rotary and fixed-wing airlift support for training operations related to the Air Force Sustainment Center’s Career Field Education and Training Plan (CFETP). The primary objective is to ensure that candidates for Pararescue Jumpers, Combat Controllers, Combat Rescue Officers, and Special Tactics Officers receive the necessary air support for various training scenarios, including parachuting methods and emergency medical evacuations. This initiative addresses current limitations in Department of Defense air support availability, which affects training scheduling due to operational priorities. Interested contractors must submit their responses by April 11, 2025, and can direct inquiries to Jackson Hager at jackson.hager@us.af.mil or Kevin Harris at kevin.harris.58@us.af.mil.
Space Training and Readiness Command (STARCOM) Captains Leadership Course
Buyer not available
The United States Space Force (USSF) Space Training and Readiness Command (STARCOM) is seeking partnerships with academic institutions to develop a new Captain’s Leadership Course (CLC) tailored for Company Grade Officers (CGOs). This initiative aims to establish a Professional Military Education (PME) framework independent of the United States Air Force (USAF) PME, focusing on leadership, communication, joint doctrine, and USSF doctrine to meet the evolving needs of the space domain. Educational institutions are invited to propose partnership models that ensure USSF oversight of curriculum content, scalability for graduation targets, and flexibility for curriculum updates in response to operational needs. Interested parties must submit their responses by 1600 MST on April 9, 2025, and can contact Steven Thomas at steven.thomas.51@spaceforce.mil or Maj Rebecca Manning at rebecca.manning.1@spaceforce.mil for further information.
ICD 705/SSM Physical Security Training
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals from qualified small businesses for a firm-fixed-price contract to provide Intelligence Community Directive (ICD) 705 and Site Security Management (SSM) training at Wright Patterson Air Force Base in Ohio. The training aims to equip security personnel with essential skills for managing Sensitive Compartmented Information Facilities (SCIF) and Special Access Program Facility (SAPF) activities, emphasizing hands-on learning and compliance with federal regulations. Interested parties must submit their proposals electronically by April 10, 2025, with a total contract value estimated at $15 million, and the performance period projected from August 2025 to September 2028. For further inquiries, contact Curtis Thomas at curtis.thomas.4@us.af.mil or Candice Snow at candice.snow@us.af.mil.
Fire Bottle Service BPA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a Blanket Purchase Agreement (BPA) for fire bottle service at Hurlburt Field, Florida. The procurement involves comprehensive inspections, maintenance, repairs, and replacements of fire extinguishers in accordance with the attached Statement of Work (SOW), ensuring compliance with safety standards and manufacturer specifications. This service is critical for maintaining operational readiness and safety within various special operations squadrons. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by April 10, 2025, at 1:00 PM CST. For further inquiries, potential bidders can contact A1C Gery Reyes Ramos at gery.reyesramos@us.af.mil or SrA Abigail Turek at abigail.turek@us.af.mil.
Commercial Lodging BPA - Peterson SFB
Buyer not available
The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base (PSFB) in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms as needed, ensuring compliance with specified performance standards, including security, sanitation, and amenities, within a 10-mile radius of the base. This procurement is crucial for accommodating military personnel, particularly Air Reserve Airmen, during their assignments and training periods. Interested vendors must submit proposals by November 25, 2029, and can contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further information.
Base Operations Support Services – Air Education Training Command Enterprise Solution DRAFT RFP
Buyer not available
The Department of Defense, through the Air Education and Training Command (AETC), is seeking qualified contractors to provide Base Operations Support (BOS) services via a Multiple Award Contract (MAC) Indefinite Delivery, Indefinite Quantity (IDIQ) agreement. This procurement aims to establish a strategic sourcing vehicle for comprehensive mission support services, including aircraft maintenance, resource management, and emergency services, across various U.S. locations, with a focus on promoting small business participation through designated pools for small businesses and 8(a) contractors. The contract, valued at approximately $4 billion, will span from September 2026 to September 2036, with task orders awarded based on a fair opportunity proposal request process. Interested parties must submit questions by April 14, 2025, and can reach out to Kari Barnett at kari.barnett@us.af.mil or Ricardo Flores at ricardo.flores.16@us.af.mil for further information.
FA8604, Storage Aid System at Hurlburt Air Force Base, Florida, MMHS
Buyer not available
The Department of Defense, through the Air Force Life Cycle Management Center, is soliciting proposals for a Storage Aid System at Hurlburt Air Force Base in Florida. This procurement involves the design, fabrication, installation, and testing of a system that meets specific performance requirements, with a total of nine line items outlined in the solicitation. The project is critical for enhancing material handling capabilities at the base and is set aside exclusively for small businesses under NAICS code 333922. Proposals must be submitted by 4:00 PM EDT on April 25, 2025, with all inquiries directed to Andrew Petersen at andrew.petersen.3@us.af.mil. Interested parties are required to register for the solicitation and submit proposals through the Procurement Integrated Enterprise Environment (PIEE) platform.
Fire Training Facility Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide maintenance services for the Aircraft Fire Training Facility (AFTF) and the Structural Fire Training Facility (SFTF) located at Hurlburt Field, Florida. The contractor will be responsible for all labor, materials, tools, and equipment necessary to ensure the facilities' operational effectiveness, including conducting inspections, repairs, and compliance with safety and environmental regulations. This procurement is critical for maintaining the readiness and safety of military training operations, with an estimated contract value of $12,500,000 and a duration that includes multiple option years. Interested vendors should direct inquiries to Peyton Cole at peyton.cole@us.af.mil and Rowan Thom at rowan.thom.1@us.af.mil, and must adhere to the submission guidelines outlined in the solicitation documents.