AFTAC CONTRACT ADMINISTRATION SUPPORT SERVICES (ACASS)

SOL #: ACASSR2D29939Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA7022 AMIC DET 2 OL PATRICK PKA
PATRICK SFB, FL, 32925, United States

Place of Performance

Patrick Air Force Base, FL

NAICS

All Other Professional (541990)

PSC

Contract, Procurement, And Acquisition Support Services (R707)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Feb 19, 2026
2
Last Updated
Mar 13, 2026
3
Response Deadline
Mar 23, 2026, 8:00 PM

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, specifically AFTAC and AMIC DET 2/OL/PKA at Patrick SFB, FL, is conducting market research through a Sources Sought notice for Contract Administration Support Services (ACASS). This effort seeks non-personal professional federal contracting support services. This opportunity is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Responses are due by March 23, 2026, 4:00 PM ET.

Scope of Work

The contractor will provide comprehensive, cradle-to-grave contracting support services. Key responsibilities include:

  • Acquisition Planning & Strategy: Conducting market research, developing acquisition strategies, and preparing acquisition plans.
  • Document Development: Creating acquisition and contract documents, including solicitations, price negotiation memoranda, determinations, and justifications.
  • Proposal Evaluation Support: Assisting with proposal evaluations and reviewing technical/cost proposals.
  • Contract Administration: Executing pre-award and post-award duties, maintaining contract writing, filing, and tracking systems, and managing contract closeout.
  • Compliance & Reporting: Preparing administrative contract modifications, resolving invoice issues, assisting with FOIA requests, and documenting CPARS.
  • Solicitation Package Preparation: Utilizing various methodologies such as FAR 12, FAR 16, Commercial Solutions Opening (CSO), and Broad Agency Announcements (BAA).

Contract & Timeline

  • Opportunity Type: Sources Sought (Market Research)
  • Anticipated Contract Type: Performance-based Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) for the resulting contract.
  • Ordering Period: Five years from the date of award for task orders. The estimated Period of Performance (POP) for the resulting contract is June 1, 2026 – May 31, 2030.
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14).
  • NAICS Code: 541611 (Administrative Management and General Management Consulting Services) with a $24.5M size standard.
  • Response Due: March 23, 2026, 4:00 PM ET.
  • Published Date: March 13, 2026.

Key Requirements & Qualifications

  • Security Clearance: On-site contractor personnel require a TS/SCI security clearance (a SECRET clearance may be acceptable during TS/SCI adjudication). U.S. Citizenship is mandatory.
  • Personnel Qualifications: Employees must possess a Bachelor's degree in a relevant business discipline, working knowledge of the FAR, experience with federal procurement applications (e.g., WAWF, SharePoint), proficiency in Microsoft Office, and DAWIA Level II certification or equivalent.
  • Organizational Conflict of Interest (OCI): Restrictions apply to prevent unfair competitive advantage.
  • Quality Control: The contractor must develop and maintain a Quality Control Program (QCP).
  • Place of Performance: Primarily at AFTAC, Patrick SFB, FL, with potential for contractor site work and telework.

Submission Details

Interested companies should submit capabilities packages electronically to Danny D Austin (danny.austin.3@us.af.mil) and David Dike (david.dike.2@us.af.mil). Responses are limited to ten (10) UNCLASSIFIED pages. The government will use this information to determine the acquisition approach and potential subcontracting goals. Companies must identify their business size.

People

Points of Contact

Danny D Austin, Contracting OfficerPRIMARY
David Dike, Branch ChiefSECONDARY

Files

Files

Download
Download

Versions

Version 4
Sources Sought
Posted: Mar 13, 2026
View
Version 3Viewing
Sources Sought
Posted: Mar 13, 2026
Version 2
Sources Sought
Posted: Mar 10, 2026
View
Version 1
Sources Sought
Posted: Feb 19, 2026
View