AFTAC CONTRACT ADMINISTRATION SUPPORT SERVICES (ACASS)
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.
Quick Summary
The Department of the Air Force (DEPT OF DEFENSE), specifically the Air Force Technical Applications Center (AFTAC) and AMIC DET 2/OL/PKA, is conducting a Sources Sought for Contract Administration Support Services (ACASS). This market research aims to identify qualified sources for non-personal federal contracting support at Patrick SFB, FL. The opportunity is designated as an 8(a) Set-Aside. Responses are due March 3, 2026.
Purpose
This Sources Sought notice is issued for market research purposes to identify potential sources capable of providing professional federal contracting support services. The government seeks information to determine its acquisition approach, including the potential for a small business set-aside, for these critical services supporting AFTAC and AMIC contracting officers.
Scope of Work
The contractor shall provide comprehensive, cradle-to-grave non-personal contracting support services. Key areas include:
- Acquisition Planning: Market research, acquisition strategy development.
- Document Development: Creation of acquisition and contract documents, solicitations, price negotiation memoranda, determinations, and justifications.
- Proposal Evaluation Support: Assistance with proposal evaluations, review of technical/cost proposals.
- Contract Administration: Execution of pre-award and post-award duties, including modifications, invoice resolution, CPARS documentation, and contract closeout.
- System Management: Maintaining contract writing, filing, and tracking systems/tools.
- Milestone Adherence: Developing and adhering to acquisition milestones.
Contract Details & Requirements
- Opportunity Type: Sources Sought (for market research).
- Anticipated Contract Type: Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ).
- Ordering Period: Four (4) years.
- Estimated Period of Performance (POP): June 1, 2026 – May 31, 2030.
- Set-Aside: 8(a) Set-Aside (FAR 19.8). Companies must identify their business size.
- NAICS Code: 541611 (Administrative Management and General Management Consulting Services) with a $24.5M size standard.
- Place of Performance: Primarily at Government-provided office space at AFTAC, Patrick SFB, FL, with potential for contractor site work and telework.
- Security Requirements: Contractor personnel require a final TOP SECRET (TS//SCI) security clearance with DCID 6/4 eligibility and a current SSBI. U.S. Citizenship is required. A SECRET clearance may be acceptable for initial access while TS/SCI is adjudicated.
- Personnel Qualifications: Bachelor's degree in a relevant business discipline, DAWIA Level II certification or equivalent, working knowledge of FAR, experience with federal procurement applications (WAWF, SharePoint), and Microsoft Office proficiency.
- Organizational Conflict of Interest (OCI): Restrictions apply to prevent unfair competitive advantage, generally making the contractor ineligible for other prime contracts with AFTAC/AMIC during performance.
Submission & Deadlines
- Response Deadline: March 3, 2026, 1:00 PM EDT.
- Questions Deadline: February 27, 2026, 1:00 PM EDT.
- Submission: Capabilities packages (limited to ten (10) UNCLASSIFIED pages) must be submitted electronically.
- Contact: Danny D Austin (danny.austin.3@us.af.mil) and David Dike (david.dike.2@us.af.mil).
Additional Notes
This notice is for planning purposes only and does not constitute a solicitation. The government will not reimburse costs for response preparation. A draft Performance Work Statement (PWS) is attached for reference.