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
    RFI: Foreign Military Sales – Space Systems Training Capability Assessment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to assess capabilities related to training for aircrew, maintenance, and support services in space systems under the Foreign Military Sales (FMS) program. The objective is to identify potential sources that can provide commercially available training courses tailored to the unique needs of international partners, enhancing their ability to utilize space systems effectively. This initiative is crucial for maintaining air superiority and executing diverse missions, as the U.S. Government and its allies increasingly rely on space capabilities. Interested vendors are encouraged to submit their capability statements and pricing information by January 27, 2026, and may direct inquiries to Joseph Crespo at joseph.crespo@us.af.mil or Joseph Wilkerson at joseph.wilkerson.10@us.af.mil.
    Aerospace & Defense Master of Business Program, IAW PWS dated 21 November 2025.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to establish a 48-month Indefinite Delivery Contract (IDC) for an Aerospace & Defense Master of Business Program, as outlined in the Performance Work Statement (PWS) dated November 21, 2025. The contractor will provide workforce development and training materials, courses, and degree programs to support the Warner Robins Air Logistics Complex (WR-ALC) at Robins Air Force Base, Georgia. This initiative is crucial for enhancing the skills and capabilities of personnel involved in aerospace and defense operations. Interested parties should note that quotes are due by December 19, 2025, with an anticipated award date of January 1, 2026. For further inquiries, contact Curtis Green at curtis.green.9@us.af.mil or Jeff Pruitt at jeffery.pruitt.1@us.af.mil.
    U.S. Space Force (USSF) Space Based Interceptor (SBI) LOE 2M Request for Prototype Proposal (RPP)
    Dept Of Defense
    The U.S. Space Force (USSF) is seeking proposals for the Space Based Interceptor (SBI) Level of Effort 2M through a Request for Prototype Proposal (RPP) under the Department of Defense. This initiative focuses on developing kinetic midcourse solutions, with the intention to competitively award multiple fixed-price Other Transaction Agreements (OTAs) in accordance with relevant U.S. Code provisions. The SBI program is critical for enhancing the U.S. defense capabilities in space, and while this opportunity is not set aside for small businesses, participation from small and disadvantaged businesses is encouraged. Interested companies must submit requests for access to the RPP Bidders Library by December 15, 2025, and can contact Brent Jorgensen at brent.jorgensen.1@spaceforce.mil for further information.
    WET/DRY SUPPRESSION SERVICES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide wet and dry suppression services at Peterson Space Force Base (SFB) in Colorado. The contractor will be responsible for inspecting, testing, and maintaining fire suppression systems, ensuring compliance with federal, state, and local regulations, as well as various safety standards outlined in the Performance Work Statement (PWS). This procurement is critical for maintaining fire safety and compliance at the base, with a contract structured as a Firm Fixed Price (FFP) for a base year and four option years, plus a potential six-month extension. Interested small businesses must submit their quotes by January 5, 2026, and direct any questions to the primary contact, Stephen Carr, at stephen.carr.12@spaceforce.mil or 719-556-4999.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    Commercial Lodging BPA - Peterson SFB
    Dept Of Defense
    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 in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    Advanced Medical Training
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force's 27th Special Operations Contracting Squadron, is soliciting proposals for Advanced Medical Training (AMT) focused on Tactical Combat Casualty Care (TCCC) during the Emerald Warrior Exercise in 2026. This procurement aims to enhance the preparedness of Airmen and medical providers for future deployments by utilizing live patient models for training, which will take place at MCAS Yuma, Arizona, and Melrose Air Force Range, New Mexico, on specified dates in early February 2026. The selected contractor will be responsible for providing all necessary training materials, equipment, and qualified personnel, while adhering to federal and DoD regulations. Proposals must be submitted electronically by December 18, 2025, at 2:00 P.M. MT, and interested parties should contact Maxwell Johnson or Michael Barbera for further information.
    Requirements Projections On the Web (RPOW) FALL 2025
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Requirements Projections On the Web (RPOW) for Fall 2025, focusing on Air Force managed items. This opportunity involves the procurement of qualification requirements and engineering data for various aircraft components, including spares and repair items, which are essential for maintaining operational readiness. The data provided is intended for planning purposes only and does not constitute an invitation for bids; vendors are encouraged to contact Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for further information. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 for additional details regarding the procurement process.
    Cocoa HS JCLC Valor
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking small businesses capable of providing meals, lodging, and facilities for the JROTC Cadet Leadership Challenge (JCLC) Valor 2026, scheduled from March 19-23, 2026, in Titusville, Florida. The procurement aims to support approximately 250 cadets and 50 cadre from 14 high schools, requiring services such as meal preparation, lodging, transportation, and access to specific training facilities. This opportunity is significant for small businesses in the recreational and vacation camps sector, with a total funding ceiling of $9 million, and is set aside for small business participation, contingent upon receiving responses from at least two qualified small businesses. Interested parties must submit their capabilities and relevant information to the designated contacts by December 16, 2025, at 11:00 a.m. ET.
    Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)
    Dept Of Defense
    The United States Space Force (USSF) is issuing a Commercial Solutions Opening (CSO) for the Operational Test and Training Infrastructure (OTTI), seeking innovative solutions for space test, training, exercises, and related infrastructure. The procurement aims to acquire advanced commercial products, technologies, and services, particularly focusing on specific Areas of Interest (AOIs) such as Continuous Fitness Assessment, Multirole Satellite Frequency In-field Test Suite, and enhancements to the National Space Test and Training Complex. Interested offerors are invited to participate in a multi-phased submission process, with key deadlines for submissions extending into December 2025, and are encouraged to contact Crystal Price or Cassie DeBree for further information regarding the solicitation and requirements.