Airfield Management FTEs
ID: N4033925QS004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLC BAHRAINFPO, AE, 09834-0001, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)
Timeline
    Description

    The Department of Defense, through the Naval Supply Activity Bahrain, is soliciting proposals for Airfield Management services to support U.S. Government operations at NSA Bahrain. The contractor will be responsible for providing 24/7 airfield management services, including the management of daily operations, coordination with military personnel, and adherence to NATOPS guidelines, requiring personnel with extensive airfield management experience. This contract is critical for ensuring efficient airfield operations and compliance with safety and operational regulations, with a performance period from March 30, 2025, to March 29, 2026. Interested contractors should submit their quotes to Shameer Aboobacker or Charlotte Ford via email, ensuring compliance with all solicitation requirements and deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for Airfield Management Services at Naval Supply Activity Bahrain, emphasizing the need for 24/7 support. The contractor is responsible for managing daily airfield operations, coordinating with U.S. Government personnel, and adhering to NATOPS guidelines. The document specifies labor categories, requiring personnel with extensive experience in airfield management, including an Airfield Manager, Assistant Airfield Manager, and Airfield Specialists. Training and security compliance are critical, with personnel needing security clearances and adherence to local regulations. Additionally, the contractor must develop a Quality Control Plan and participate in regular inspections while ensuring effective communication with military and civilian stakeholders. Performance metrics will track contract adherence, and the contractor is obligated to maintain high safety standards, manage access permissions, and handle various administrative tasks. This PWS serves as a framework to ensure efficient airfield operations while complying with governmental safety and operational regulations.
    The document is a VAT Registration Certificate issued by the National Bureau for Revenue in Bahrain for the Navy Support Activity. It confirms the unit's VAT registration number (220023383100013) and effective registration date of January 1, 2019. The certificate is generated by an automated system and does not require a signature. It underscores the importance of maintaining accurate information regarding the registration details and mandates reporting any changes to the NBR. Non-compliance with registration criteria may result in deregistration for VAT purposes. The document serves as official verification of the unit's compliance with value-added tax regulations, crucial for government accountability in financial reporting and transactions.
    The document is a self-attested compliance statement submitted by an offeror in response to a Request for Quote (RFQ) for Airfield Management Services. It acknowledges adherence to stipulations outlined in Sections L (Instructions, Conditions, and Notices to Bidders) and M (Evaluation Factors for Award) of the RFQ. The offeror confirms that their quote, referenced in the document, accepts all terms and conditions without exceptions or additional proposals. The statement is formally concluded with the printed name and signature of the contractor’s representative, indicating formal agreement and compliance with the RFQ requirements. This document is critical in the federal procurement process, ensuring the offeror's alignment with governmental standards and regulations in providing specific services.
    The Past Performance Information Form serves as a structured template for companies responding to government Requests for Proposals (RFPs) or federal grants. It gathers essential details about the offering entity, including their CAGE and DUNS numbers, program title, and specific contract information. Participants must provide comprehensive data on current or past contracts, including identifiers, customer information, performance metrics, and the timeframe for contract execution. The form requires a detailed narrative describing how the contracts met technical and scheduling requirements, alongside actions taken to address any issues that arose. Additionally, it mandates the inclusion of primary customer contacts involved in oversight and procurement for transparency and accountability. This documentation is critical for evaluating past performance and ensuring prospective contractors meet government standards and expectations.
    The document details a price breakdown for labor costs associated with airfield management services under a government Request for Proposal (RFP). It includes various job categories such as Airfield Manager, Assistant Manager, and Specialists, along with their corresponding full-time equivalents (FTEs) and projected labor hours for a base year and four optional years, with a provision for a six-month extension. Each job category is allocated a specified number of labor hours totaling 8,880 annually, but the actual costs cited are $0.00, indicating that no financial proposals were provided in this version of the document. Additionally, the remarks section highlights the necessity for staffing to maintain continuous 24-hour operations, factoring in leaves and holidays. The contract's duration spans from March 30, 2025, to March 29, 2030, with specific instructions for fully burdened labor rates. This succinct breakdown is essential for understanding the financial and operational considerations in the context of government contracting for airfield services.
    The document serves as a template for providing Past Performance Information (PPI) required by government agencies for procurement processes, notably for Requests for Proposals (RFPs) and grants. It outlines the information needed from contractors, including firm details, point of contact information, contract specifics such as the number, dollar value, duration, and a description of the project undertaken. Contractors are required to submit data for a minimum of three contracts from the past five years, demonstrating their capabilities and experience. The inclusion of a signature signifies the accuracy of the information provided. This document aims to establish a contractor's reliability and past performance, crucial in evaluating bids and ensuring compliance with federal and state standards in various contracts.
    The document titled "Questions and Answers Airfield Management" dated 20 January 2025, addresses inquiries related to a Request for Quotation (RFQ) for Airfield Management Support Services. The main topic is to clarify details surrounding the solicitation process and specific requirements for potential contractors. Key points include: the period of performance for the contract is a base year plus four options, with a total duration from 30 March 2025 to 29 March 2026; the correct NAICS code is confirmed to be 541611, correcting an initial error; the contract will be full-fixed price (FFP) with a cost-reimbursable travel component; and the contractor will not receive housing assistance, thus must factor living costs into their quotes. Additionally, the document confirms that past performance submissions can include CPARS, addresses communication responsibilities, and clarifies that attachments necessary for the solicitation will be provided. Important timelines are also mentioned, including RFQ release and closing dates. Overall, this document serves as a critical reference for contractors seeking to participate in the bidding process, outlining essential requirements and responding to stakeholders' queries.
    The document is a Request for Quote (RFQ) issued by the U.S. Navy for airfield management services at NSA 3, Bahrain, set to begin on March 30, 2025, and conclude on March 29, 2026. It outlines the requirements for the contractor to provide airfield management positions, including an airfield manager, assistant manager, and specialists, with specified labor hours and a pricing breakdown. The RFQ emphasizes the importance of a complete and compliant proposal, detailing the required submittals including cost proposals, past performance information, and affirmative statements. The document includes information on travel regulations, invoicing procedures, and a VAT exemption for U.S. Armed Forces in Bahrain. It outlines evaluation criteria focusing on technical acceptability, past performance relevancy, and pricing, with a clear emphasis on submitting the best value quote. The crucial dates for submission and inquiry are highlighted, stressing strict adherence to deadlines. Overall, the RFQ serves to solicit competitive bids for essential services to support military operations in Bahrain, ensuring compliance with various government procurement regulations.
    The provided document is a Technical Factor Affirmative Statement for a government Request for Proposal (RFP). This statement is a formal confirmation from the quoter (the contractor) indicating that they accept all terms and conditions outlined in the solicitation without any exceptions or proposed changes. The statement acts as a binding acknowledgment of compliance with the solicitation requirements. The document requires the quoter's name, the date, and a signature to validate the statement. Overall, its primary purpose is to ensure that bidders demonstrate their understanding and acceptance of the RFP's conditions, an essential aspect in federal and state/local grant and procurement processes.
    Lifecycle
    Title
    Type
    Airfield Management FTEs
    Currently viewing
    Solicitation
    Similar Opportunities
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to provide comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and parts manufacturing, as outlined in NAVAIR Instruction. The contract is a total 8(a) small business set aside, with an anticipated performance period from January 2027 to January 2032, featuring five one-year ordering periods and a six-month option to extend services. Interested parties must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with questions due by January 5, 2025, and a mandatory site visit scheduled for January 16, 2025, for eligible 8(a) offerors. For further inquiries, contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. This procurement aims to establish a Firm Fixed Price contract, with a focus on ensuring safety and coordination during the event, which is scheduled for April 24-26, 2026. The selected contractor must be ICAS-certified, have experience with military jet teams, and meet specific insurance and performance criteria, as outlined in the Performance Work Statement. Interested small businesses must submit their quotes by December 29, 2025, at 1:00 PM Pacific Time, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.
    GOCO Alongside Aircraft Refueling Services NAS Whiting Field
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking proposals for Alongside Aircraft Refueling Services at Naval Air Station (NAS) Whiting Field in Florida. The contractor will be responsible for managing, maintaining, and operating Government-Owned, Contractor-Operated (GOCO) fuel storage facilities, ensuring the safe handling and accountability of petroleum products, while complying with environmental and safety regulations. This procurement is set aside for Service-Disabled Veteran Owned Businesses (SDVOSB) under NAICS code 493190, with a firm fixed-price contract anticipated to include a four-year base period and one five-year option. Interested parties should prepare for the solicitation expected to be posted between May and June 2025, with a closing date approximately 45 days thereafter. For further inquiries, contact Sean Turner at sean.turner@dla.mil or Yalier Fuster at YALIER.FUSTER@DLA.MIL.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    RAFL Ballfields
    Dept Of Defense
    The Department of Defense, through the 48th Contracting Squadron at RAF Lakenheath, United Kingdom, is seeking feedback from companies capable of providing comprehensive ball field maintenance services for U.S. Visiting Forces locations across the UK. The procurement aims to ensure healthy grass growth and a professional appearance for the ball fields from April 1 to October 31 annually, with responsibilities including trimming fence lines, controlling vegetation, and repairing any damage caused by the contractor. Interested firms must submit capability statements via email by December 29, 2025, detailing their qualifications, willingness to enter a five-year Blanket Price Agreement, and readiness to commence services in March/April 2026. For further inquiries, interested parties can contact SrA Mariah French at mariah.french@us.af.mil or Alyanna Parsons at alyanna.parsons@us.af.mil.
    U.S. National Day Venue and Catering - 2026
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Manama, is seeking competitive proposals for venue and catering services for its National Day Celebration in 2026. The selected contractor will be responsible for providing a venue accommodating 800 guests, including a private VIP room, catering services featuring American cuisine, beverages, wait staff, serving materials, and decorations, while also ensuring compliance with security screening and storage requirements for U.S. Embassy items. Proposals must be submitted electronically by December 22, 2025, at 4:00 PM Bahrain Time, with all required documentation, including pricing and certifications, sent to ManamaGSOprocurement@state.gov. For further inquiries, interested vendors can contact Sean Daniels or Geji Joseph at the provided email addresses or phone numbers.
    Janitorial Services for Bangor, ME ATCT and TRACON
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Bangor Air Traffic Control Center (ATCT) and TRACON in Bangor, Maine. The contract will cover a base year from March 1, 2026, to February 28, 2027, with the potential for four additional option years, ensuring comprehensive cleaning and maintenance of the facility as outlined in the Statement of Work and associated frequency charts. This procurement is critical for maintaining operational standards and cleanliness in a facility that operates 24/7, emphasizing the importance of uninterrupted service. Interested contractors must submit their proposals by December 18, 2025, at 3:00 PM ET, and can direct inquiries to Stephanie Pfeiff at stephanie.pfeiff@faa.gov or by phone at 651-463-5539.
    Custodial Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for custodial services at Lajes Field in the Azores, Portugal, under solicitation FA448626R0001. The contractor will be responsible for providing all management, tools, equipment, and labor necessary to maintain a clean and professional appearance of the facilities, including routine and periodic cleaning, restroom supply replenishment, and compliance with Air Force Custodial Standards. This contract, valued at approximately $22 million, includes a base period from April 2026 to November 2026, with four one-year option periods extending through November 2030. Interested parties should direct inquiries to Claudia Silva at claudia.silva.pt@us.af.mil, and must submit their proposals and past performance questionnaires by January 20, 2026.
    Annual Landscaping Services
    State, Department Of
    The U.S. Embassy in Nassau, The Bahamas, is seeking proposals for annual landscaping and grounds maintenance services at a U.S. Government property. The procurement requires vendors to be technically qualified and financially responsible, with specific requirements including SAM registration, NDAA compliance, and a Bahamian TIN for non-Bahamian companies. The services will encompass comprehensive lawn care, pruning, pest control, and hurricane preparations, with a mandatory site visit scheduled for December 2, 2025, and proposals due by January 6, 2026, at 3:00 PM. Interested vendors should contact Deana Nelson at NelsonDA@state.gov for further details and ensure compliance with extensive insurance and security requirements outlined in the solicitation documents.