AFFSC Support Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Solicitation Number: FA4690-26-R-0003
Agency: 28th Contracting Squadron, Ellsworth AFB, South Dakota
Requirement: Air Force Financial Services Center (AFFSC) Support Services Travel-Pay Voucher Processing
Solicitation Type: This solicitation is for a single-award, Indefinite Delivery, Indefinite Quantity (IDIQ) contract, consisting of a base year and one (1) option year. The Government will specify the required number of Full Time Equivalents (FTEs) each year, with a minimum of 30 FTEs and a maximum of 37 FTEs annually.
Contract Type: Firm Fixed Price (FFP)
Applicable Regulations: This solicitation utilizes the following:
FAR Part 12 - Acquisition of Commercial Items
FAR Part 15 - Contracting by Negotiations
FAR Part 37 - Service Contracting Procedures
Set-Aside: This is a 100% set-aside for Women-Owned Small Businesses (WOSB); to include WOSB/EDWOSB/SDVOSB, under North American Industry Classification System (NAICS) code 561110 with a size standard of $12.5 million.
WOSB Eligibility: To be eligible to compete, offerors must either be certified by an SBA-approved Third-Party Certifier (TPC) or self-certify in accordance with current SBA regulations.
Period of Performance: The base period of performance is from February 1, 2026 to January 31, 2027. The contract includes:
One (1) base year
One (1) one-year option period
One (1) six-month extension option
Evaluation Criteria: The award will be made using a Best Value, Trade-Off evaluation process, rather than the Lowest Price Technically Acceptable (LPTA) evaluation method. The Government intends to award one contract for travel-pay processing services as a result of this solicitation in accordance with FAR 15.101-1 and 15.3, using a Best Value, Trade-Off evaluation process. The evaluation will consider technical acceptability, past performance, and price. Offerors will be evaluated on their technical capability, past performance, and total evaluated price. A decision will be made based on the best value to the Government, considering both technical factors, past performance, and price.
Proposal Submission Requirements:
Interested and responsible WOSB entities are encouraged to submit a proposal. Proposals must include the following:
- Completed Standard Form 1449 (see Attachment 6)
- Completed Past Performance Questionnaire (see Attachment 3)
- Completed Bid Schedule (see Attachment 5)
- System for Award Management (SAM): Offerors must be registered in SAM at https://www.sam.gov and have a valid CAGE code to be eligible for award.
Attachments:
- Attachment 1 Performance Work Statement (PWS)
- Attachment 2 Past Performance Questionnaire Letter
- Attachment 3 Past Performance Questionnaire
- Attachment 4 Wage Determination
- Attachment 5 Bid Schedule
- Attachment 6 Standard Form 1449
- Attachment 7 Questions and Answers from Pre-Solicitation
Questions and Answers:
All questions regarding this solicitation and attachments are due no later than December 26, 2025, at 4:00 PM MST. Submit questions in writing via email to the addresses listed below. Answers will be provided as an addendum to the solicitation.
Proposal Due Date:
Proposals and completed past performance questionnaires are due no later than January 5, 2026, at 4:00 PM MST.