Air Advisor Academic Support Services at JB-MDL NJ Solicitation

SOL #: FA448426R0010Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4484 87 CONS PK
JB MDL, NJ, 08641, United States

Place of Performance

CAPE MAY CH, NJ

NAICS

All Other Miscellaneous Schools and Instruction (611699)

PSC

Education Services (U009)

Set Aside

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

Timeline

1
Posted
Mar 24, 2026
2
Last Updated
May 5, 2026
3
Submission Deadline
May 8, 2026, 7:00 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, 87th Contracting Squadron, is soliciting proposals for Air Advisor Academic Support Services at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This requirement is for a Firm Fixed-Price requirements contract to provide academic instructors, registrar management, and training support for various Air Advisor courses. This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due May 8, 2026, at 3:00 PM EST.

Scope of Work

The contractor will furnish on-site academic instructors, registrar management, and training support services to enhance the Expeditionary Center's (EC) education and training mission. This includes support for the Air Advisor Initial Qualification Course, Air Advisor Senior Leader Course, and Air Advisor Mission Commander/Team Sergeant Qualification Course. Instruction will cover topics such as foreign internal defense (FID), counterinsurgency (COIN), irregular warfare (IW), and building partnership capacity, preparing personnel to engage effectively with partner nation counterparts. The program anticipates approximately 1,500 students annually, with up to 40 students per day across 4 concurrent classes. Services may require participation in Mobile Training Teams (MTT) at off-site/alternative locations, potentially OCONUS.

Contract Details & Requirements

This is a Firm Fixed-Price requirements contract with a base period of 12 months and four 12-month option periods, plus a potential 6-month extension. The target start date is October 2026. Key personnel, including the Contract/Site Manager (Master's degree required) and Instructors/SMEs (advanced degrees, relevant experience, Secret clearance), must meet specific qualifications. The contractor must comply with security requirements, including obtaining Common Access Cards (CAC), maintaining employee listings, and adhering to antiterrorism awareness training (Level I). A Quality Control Plan (QCP) and a random drug-testing program are mandatory. The NAICS code is 611699 with a $16.5M size standard.

Submission & Evaluation

Proposals must be submitted electronically via email to jeremy.botkin@us.af.mil and lewis.hampton@us.af.mil. The submission must be organized into four volumes: Technical Capabilities, Past Performance, Price, and Mission Essential Plan, with a total page limit of 250 pages. Evaluation will use Best Value Tradeoff procedures, where Technical capability, Past Performance, and the Mission Essential Plan are considered significantly more important than cost or price. Technical proposals will be evaluated on an acceptable/unacceptable basis. Past performance will be assessed for recency and relevance, requiring a minimum contract value of $100K. Offerors must include a Mission Essential Contractor Services Plan detailing continuity of operations during unforeseen events. Proposals must remain valid for 180 calendar days.

Key Dates & Contacts

Important Notes

The current incumbent is Flatter Inc. (FA448421D0005). Bidders should review the provided attachments, including the Performance Work Statement (PWS), Past Performance Questionnaire (PPQ), Wage Determination, and documents detailing JB MDL access and antiterrorism requirements. The Medical Statement for Contracts clarifies contractor responsibility for employee medical costs.

People

Points of Contact

Jeremy B. BotkinPRIMARY
Lewis HamptonSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: May 5, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Apr 27, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Apr 9, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 24, 2026
View