Enginnering And Administrative Support

The Department of the Air Force, Air Force Materiel Command, Air Force Life Cycle Management Center, Mobility Aircraft Directorate (AFLCMC/WL) and Presidential and Executive Airlift Directorate (AFLCMC/WV) has a continuing requirement for Engineering, Professional, and Administrative Support Services (EPASS).

Solicitation Summary

The Department of the Air Force, Air Force Materiel Command, Air Force Life Cycle Management Center, Mobility Aircraft Directorate (AFLCMC/WL) and Presidential and Executive Airlift Directorate (AFLCMC/WV) has a continuing requirement for Engineering, Professional, and Administrative Support Services (EPASS).

Solicitation in a Nutshell

Item

Details

Agency Department of the Air Force, Air Force Materiel Command, Air Force Life Cycle Management Center, Mobility Aircraft Directorate (AFLCMC/WL) and Presidential and Executive Airlift Directorate (AFLCMC/WV)
Solicitation Number FA862225R2500
Status Pre-RFP
Solicitation Date 05/2025 (Estimate)
Award Date 08/2025 (Estimate)
Contract Ceiling Value $781,449,000
Contract Vehicle ONE ACQUISITION SOLUTION FOR INTEGRATED SERVICES SMALL BUSINESS
Competition Type  Small Bus Set-Aside
Type of Award  Task / Delivery Order
Primary Requirement  IT Services
Duration TBD
Contract Type  Indefinite Delivery Indefinite Quantity,Task Order
No. of Expected Awards  Multiple – Number Unknown
NAICS Code(s):
541512

Computer Systems Design Services
Size Standard: $34 million annual receipts

Place of Performance:
  • Wright-Patterson Air Force Base, Ohio, United States
Opportunity Website: https://sam.gov/opp/214f3b2d9c94457bb8771e419c05f611/view

Background

N/A

Requirements

The scope of this task order supports USAF and FMS to include cross-cutting and surge support.  This A&AS contract provides organizations with a broad range of professional acquisition, engineering, scientific, research, financial, security, and administrative capabilities to execute effective and responsive integrated program management of aircraft research, development, production, and lifecycle acquisition and sustainment activities.  The support to be provided includes a variety of products and analysis services in support of mission partner activities.  The general performance requirements to be provided under the task order are listed in Section 3.  All services provided under the task order shall comply with applicable statutes, regulations, policies, and other requirements, whether the services are acquired by or on behalf of DoD, as required by Department of Defense Instruction (DoDI) 5000.02, Air Force Instruction (AFI) 63-101/20-101 and Air Force Guidance Memorandum (AFGM) 2018-63-146-01, Rapid Acquisition Activities.

Surge Support

  • Surge support requirement is defined as short-term work to support mission activities in order to meet urgent customer needs.  Because of its nature, surge support requirements cannot be forecasted far into the future.  This type of support is typically required because of schedule changes, system requirements updates, adverse test results, and other unforeseen or unplanned events.  As such, surge support is usually needed “at the last minute.”  Oftentimes, the need for surge support is satisfied by allowing Contractor personnel to simply work more than the normal forty hours per week.  The Contractor must ensure they can provide this type of flexibility and support without the need to modify the existing performance work statement or contract.  In other words, surge support should not be considered a “new requirement” for a program that needs it.  Therefore, the Contractor shall use 2,000 hours per contractor staff member/position basis to support surge capability that could be available immediately without the requirement for contract modification. The Contractor shall continue to support the PMO at a standard 40-hour work week. However, if additional hours are required, the contractor shall request via letter to the PCO in accordance with (IAW) level of effort (LOE) implementation.
  • The available surge hours, per CME are calculated by subtracting annual CME hours from 2,000.  For instance, if a CME is calculated to be 1,860 hours, then there are an available 140 surge hours built into the requirement.  If the CME is calculated to be 1,920 hours, then there are 80 hours of surge built into the requirement, etc. The COR is authorized to approve surge hours up to 2,000 hours, as long as funding is available. It is anticipated that the Government will fund all CMEs to the full 2,000 hours, per year.  However, the Government intends to descope all remaining hours at the end of each Period of Performance.

Directorate/Division Program Review

  • The Contractor PM shall, if requested, attend directorate and division Program Review meetings.  These reviews will provide the contractor with an overview of all directorate/division plans, allowing the contractor to understand and support program needs.  Upon request and with advance notice, the Contractor shall provide presentation materials to include charts, briefings, and white papers, and document the minutes of the reviews.  (Contract Data Requirements List [CDRL]A010 and A011)

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.