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
    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
    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.
    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.
    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
    SXHT 12-1092 Repair Emergency Power SFS B1319
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair and upgrade of emergency power systems at Facility B1319 located at Patrick Space Force Base in Florida. The project aims to enhance the facility's electrical load capacity, replace the existing automatic transfer switch (ATS), and install new electrical circuits to ensure reliable backup power during outages. This procurement is particularly significant as it is set aside for service-disabled veteran-owned small businesses, reflecting the government's commitment to supporting this demographic in federal contracting. Interested bidders should note that the estimated project cost ranges from $500,000 to $1,000,000, with a performance period of 180 days, and bids are expected to open around March 18, 2025. For further inquiries, potential bidders can contact 2d Lt. Charles Cowart at charles.cowart.4@spaceforce.mil or Eugenia A. Faulkner Russell at eugenia.faulknerrussell@spaceforce.mil.
    Skydio X10D and Associated Training
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of five Skydio X10D drones along with associated instructor-led training. This initiative aims to enhance operational capabilities through the acquisition of advanced unmanned aircraft technology, which is critical for various defense applications. Proposals must adhere to the technical specifications outlined in the Performance Work Statement and be submitted by March 7, 2025, at 11:00 AM CST, with a requirement for small business participation under NAICS code 336411. Interested parties can reach out to SSgt Tyler Webber at tyler.webber@us.af.mil or by phone at 701-723-6092 for further information.
    Live Fire Range 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide comprehensive shooting range and lodging services for military training at Hurlburt Field, Florida, under the project titled "Live Fire Range 2025." The procurement involves managing three operational pistol ranges and two rifle ranges, along with adequate billeting facilities for instructors and students, ensuring compliance with safety standards and operational specifications. This initiative is crucial for supporting the training needs of the 371 Special Operations Combat Training Squadron, with a total funding ceiling of $337,312 for the Blanket Purchase Agreement, allowing individual purchase calls up to $25,000. Interested vendors must submit their quotes, including technical specifications and past performance references, by March 7, 2025, and can contact Dani English at dani.english@us.af.mil or Antonio Ortega at antonio.ortega.12@us.af.mil for further inquiries.
    FY25 365th TRS Alpha Warrior Quad Bunker
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the acquisition of an Alpha Warrior Quad Bunker Training Facility, specifically designed to enhance physical training capabilities for the 365th Training Squadron at Sheppard Air Force Base in Texas. The project entails the engineering, furnishing, installation, and testing of a facility that includes four to six modified conex units, specialized fitness equipment, and necessary infrastructure, with a total area of approximately 5,600 square feet. This initiative is part of a broader effort to modernize training facilities for Air Force personnel, emphasizing sustainability and improved fitness training. Proposals are due by March 19, 2025, at 10:00 AM CDT, and interested vendors should direct inquiries to Casey Adams or Jamie Long before March 12, 2025. This opportunity is set aside for small businesses under the NAICS code 339920, and while funding is not currently available, the government reserves the right to cancel the solicitation without obligation for reimbursement of proposal costs.
    Air Force Operational Commercial Solutions Opening
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking innovative commercial solutions under the "Air Force Operational Commercial Solutions Opening" at Joint Base McGuire-Dix-Lakehurst (JB MDL) in New Jersey. The procurement aims to acquire technologies and services that address capability gaps within the Air Force, with a focus on solutions priced under $30,000, although higher proposals may also be considered. This initiative is crucial for enhancing mission capabilities and operational efficiency, particularly in areas such as logistics, security, and training technologies. Interested small businesses must submit their proposals electronically by September 30, 2025, and can reach out to the 87 CONS CSO Team at 87CONS.CSO.Team@us.af.mil for further information.
    Master Mechanic Class
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for a 5-Day Master Mechanic Course along with associated tool kits, aimed at enhancing the operational capabilities of its personnel. The procurement requires the course to be conducted within 300 miles of Hurlburt Field, Florida, from March 10-14, 2025, and includes the provision of a 25-Piece Operator Tool Kit and a 54-Piece Master Tool Kit. This initiative supports small business participation, as it is set aside for total small business competition, and emphasizes compliance with federal regulations. Interested vendors must submit their written quotes by March 7, 2025, and can contact Shawn Fogle at shawn.fogle@us.af.mil or Ryan McCauley at ryan.mccauley.4@us.af.mil for further information.
    Corrosion Control and Prevention
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking quotations for corrosion control and prevention services for the 302nd Airlift Wing at Peterson Space Force Base in Colorado. The contractor will be responsible for providing all necessary personnel and equipment to perform aircraft washing and corrosion control services, adhering to specified performance standards and environmental regulations as outlined in the Performance Work Statement (PWS). This procurement is particularly important for maintaining the operational readiness and longevity of the aircraft, specifically nine C130H aircraft, and is set aside for service-disabled veteran-owned small businesses (SDVOSB) under NAICS code 488190. Quotes must be submitted by March 11, 2025, with evaluations based on technical approach and price, and interested parties can contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Stephen Carr at stephen.carr.12@spaceforce.mil for further information.
    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.
    Commercial Lodging BPA - Peterson SFB
    Buyer not available
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified contractors to establish Blanket Purchase Agreements (BPAs) for commercial lodging services near Peterson Space Force Base in Colorado. The procurement aims to provide single and double occupancy hotel or motel accommodations for military personnel, ensuring compliance with specific performance standards, including security, sanitation, and 24-hour check-in services. This initiative is crucial for supporting the lodging needs of Air Reserve Airmen during training weekends and other assignments. Interested vendors must submit their quotes by November 25, 2029, and adhere to the established guidelines, including compliance with GSA per diem rates. For further inquiries, potential bidders can contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil.
    F35 Flight Training Simulator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the development of a dual-purpose flight and aerospace physiology training simulator tailored for F-35 training. This simulator must accurately replicate F-35 flight dynamics and include a functional cockpit equipped with real-world switches, high-fidelity visuals, and mixed reality capabilities, alongside compatibility with hypoxia training devices and monitoring systems. The procurement emphasizes the importance of advanced simulation technologies in enhancing pilot training and operational readiness. Interested vendors should contact 2d Lt Jalen Johnson at jalen.johnson.17@us.af.mil or 623-856-2730, or Sara E. Lackey at sara.lackey.2@us.af.mil or 623-856-3446 for further details regarding this Total Small Business Set-Aside opportunity.