Air Education Training

The Department of the Air Force, Air Education and Training Command has a requirement for Base Operations Support (BOS) services as a prime contractor for AETC Bases as an enterprise services contract.

Solicitation Summary

The Department of the Air Force, Air Education and Training Command has a requirement for Base Operations Support (BOS) services as a prime contractor for AETC Bases as an enterprise services contract.

Solicitation in a Nutshell

Item

Details

Agency Department of the Air Force, Air Education and Training Command
Solicitation Number FA300224AETCBOS
Status Pre-RFP
Solicitation Date 07/2025 (Estimate)
Award Date 04/2027 (Estimate)
Contract Ceiling Value $4,000,000,000
Competition Type Undetermined
Type of Award  IDIQ – Agency Specific
Primary Requirement Facility Support Services
Duration 5 year(s) base plus 5 x 1 year(s) option(s) up to an additional 5 years for performance after the last order is placed
Contract Type  Indefinite Delivery Indefinite Quantity
No. of Expected Awards Multiple – Number Unknown
NAICS Code(s):
561210

Facilities Support Services
Size Standard: $47.0 million annual receipts

Place of Performance:
  • Holloman Air Force Base, New Mexico, United States
  • Columbus Air Force Base, Mississippi, United States
  • Luke Air Force Base, Arizona, United States
  • Goodfellow Air Force Base, Texas, United States
  • Altus Air Force Base, Oklahoma, United States
  • Vance Air Force Base, Oklahoma, United States
  • Sheppard Air Force Base, Texas, United States
  • Maxwell Air Force Base, Alabama, United States
  • Laughlin Air Force Base, Texas, United States
  • Keesler Air Force Base, Mississippi, United States
  • CONUS
Opportunity Website: https://sam.gov/opp/91468d374f2946249ee4886cd58dd80b/view

Background

The Base Operations Support Services (BOSS) Team, located at Joint Base San Antonio (JBSA) Randolph, TX, is responsible for establishing a strategic sourcing contract vehicle for Air Education and Training Command (AETC) wide contracted base operations support. The Indefinite Delivery Indefinite Quantity (IDIQ) contract awarded will provide a suite of contractors for Task Order competitions to meet AETC needs, which may include customers from other agencies, within the Continental United States (CONUS), Alaska and Hawaii.

Requirements

This is a non-personal services Multiple Award Contract (MAC) vehicle to provide: comprehensive base operations and site specific mission support services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.

  • Partnering: The Performance Work Statement (PWS) describes a performance based work environment. The Contractor is encouraged to strive for constant improvement and innovation in base operations support processes and procedures. Successfully identifying and applying best practices can reduce business expenses and improve customer satisfaction. The success of this contract is dependent upon a partnership and open communication between the Government and the Contractor. The ultimate goal of the PWS is for the Contractor to establish a quality-focused multifunctional team fulfilling the requirements necessary to support each individual Task Order.
  • Description of Services: The Contractor shall perform base operations support as defined in the PWS and each individual Task Order PWS. Each individual Task Order PWS will address specific contract base operations support requirements according to the site/sites covered, and level(s) of base operations support required, along with other support activity requirements.
  • Objectives: The Contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other non-personal services necessary to provide mission capable base operations and well-maintained support equipment ready to meet mission requirements. The Contractor shall accomplish contract requirements throughout the life of the contract and provide manpower capable of managing and maintaining all base operations identified in each individual Task Order.
  • Performance Standards: The Contractor shall meet the performance standards stated in the applicable paragraphs of the PWS and in each individual Task Order PWS.
  • Scope: The Contractor is responsible for all base operation support services listed in each individual Task Order PWS. All base operations are operated under Federal, State, and Local rules and regulations. BOSS provides transient maintenance, financial management, communications and information technology, visual information, publishing management, installation management, operations, installation engineering, grounds maintenance, custodial, emergency management, vertical transportation equipment maintenance, airfield management, fire and emergency, supply and logistics material management, traffic management, ground transportation and vehicle maintenance, purchasing management, community services, human resources, and weather services.
    • The Contractor is not responsible for those items specified as government furnished services.
    • The Government reserves the right to incorporate additional base operations support into a Task Order via bilateral modification, including on and off equipment and building maintenance to support evolving missions.
  • Period of Performance (PoP): The Multiple Award Indefinite Delivery Indefinite Quantity (ID/IQ) Contract (MAC) ordering period will be a five-year base ordering period with five, one-year options, for a total planned ordering period of ten years. The anticipated PoP for individual Task Orders is a one-year base period and two, one-year option periods followed by two, one-year Incentive Option Periods (IOP). Contractors must demonstrate Satisfactory or above performance in the Quality, Schedule, Management, Regulatory and Other (if used) assessment areas as documented on the annual Task Order Contract Performance Assessment Report (CPAR) to be eligible for the Incentive Option Periods. Eligibility for the first Incentive Option Period will be assessed at the Decision Point (DP) at the end of the first Option Period, and eligibility for the second Incentive Option Period will be assessed at the DP at the end of the second Option Period. If the Contractor is determined ineligible for the first IOP, then the Contractor is automatically ineligible for the second IOP. Total Task Order PoP cannot exceed five years.

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.