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 (AFTAC) is conducting market research via a Sources Sought notice for Contract Administration Support Services (ACASS) at Patrick Space Force Base, FL. This effort seeks to identify qualified sources, potentially under an 8(a) Set-Aside, to provide professional federal contracting support. Responses are due March 3, 2026.
Scope of Work
The contractor will provide non-personal, cradle-to-grave contracting support services to the Air Force Technical Applications Center (AFTAC) and AMIC DET 2/OL/PKA. Key services include:
- Acquisition Planning & Strategy: Market research, acquisition strategy development, and milestone adherence.
- Document Development: Preparation of acquisition and contract documents, including synopses, solicitations, determinations, justifications, and price negotiation memoranda.
- Proposal Evaluation Support: Assistance with and documentation of proposal evaluations, including review of AFTAC technical evaluations and contractor-submitted technical/cost proposals.
- Contract Administration: Professional execution of contract administration duties, maintaining contract writing, filing, and tracking systems, and accurate documentation. This includes pre-award and post-award activities, administrative modifications, invoice resolution, and CPARS documentation.
- Specialized Support: Assistance with FOIA requests and preparation of solicitation packages using various methodologies (e.g., FAR 12, FAR 16, CSO, BAA).
Contract Details
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Type: Performance-based 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.
- NAICS Code: 541611 (Administrative Management and General Management Consulting Services).
- Small Business Size Standard: $24.5 million annual average gross revenue.
- Place of Performance: Primarily Government-provided office space at AFTAC, Patrick SFB, FL, with potential for contractor site work and telework.
- Security Requirements: On-site contractor personnel must possess a final TOP SECRET (TS//SCI) security clearance with DCID 6/4 eligibility and a current Single Scope Background Investigation (SSBI). U.S. Citizenship is required.
- Personnel Qualifications: Employees require working knowledge of FAR, a Bachelor's degree in a relevant business discipline, experience with federal procurement applications (WAWF, SharePoint), MS Office proficiency, and DAWIA Level II certification or equivalent.
- Organizational Conflict of Interest (OCI): Restrictions apply, generally making the contractor ineligible for other prime contracts with AFTAC/AMIC during performance.
Submission Requirements
- Response Deadline: March 3, 2026, at 1:00 PM EDT.
- Questions Deadline: February 27, 2026, at 1:00 PM EDT.
- Submission Method: Electronically to danny.austin.3@us.af.mil and david.dike.2@us.af.mil.
- Format: Capabilities packages are limited to ten (10) UNCLASSIFIED pages.
- Content: Companies must identify their business size (e.g., SB, VOSB, SDVOSB, HUBZone, SDB, WOSB, EDWOSB, HBCU/MI, 8(a), Indian Tribe, Alaskan Native Corporation, or Large Business).
Eligibility & Notes
This Sources Sought notice is for market research purposes only and does not constitute a solicitation. The government will use responses to determine its acquisition approach, including potential small business set-asides, and will not reimburse costs for response preparation. A draft Performance Work Statement (PWS) dated January 30, 2026, is attached for reference.