AMIC 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 is soliciting proposals for AMIC Contract Administration Support Services (ACASS) to provide professional federal contracting support to its Acquisition Management Integration Center (AMIC). This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside is for a Firm Fixed-Price (FFP) ID/IQ contract with a five-year ordering period. Proposals are due May 1, 2026, at 4:00 PM Local Time.
Opportunity Overview
This opportunity seeks comprehensive cradle-to-grave contracting support, including acquisition planning, market research, strategy development, document preparation, cost/price analysis, proposal evaluations, and contract administration. Services will be performed across multiple Air Force bases: Patrick Space Force Base (FL), Joint Base Langley-Eustis (VA), Joint Base San Antonio (TX), and Tinker Air Force Base (OK). The contract will cover an estimated 34,164 hours each for Basic, Journeyman, and Advanced - Team Lead contracting support roles.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ), performance-based.
- Period of Performance: A five-year ordering period from June 1, 2026, to May 31, 2031.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Product Service Code: R707 (Contract, Procurement, And Acquisition Support Services).
- Place of Performance: Patrick Space Force Base, FL; Joint Base Langley-Eustis, VA; Joint Base San Antonio, TX; Tinker Air Force Base, OK.
Key Requirements & Deliverables
- Personnel Qualifications: Contractors must possess a Bachelor's degree in business disciplines and DAWIA Level II or equivalent certifications. Resumes of proposed employees are required for review.
- Security: On-site personnel require TS/SCI security clearance (SECRET may be permitted during adjudication). The contractor facility must hold a minimum Top Secret Facility Security Clearance (FCL) with a plan to obtain TS/SCI within 12 months. Access to COMSEC, Restricted Data, SCI, CUI, and Foreign Government Information is anticipated.
- Reporting: Required deliverables include Financial Monthly Status Reports, a Quality Program Plan (due within 30 days of award), and Weekly Progress Reports.
- Other: Organizational Conflict of Interest (OCI) restrictions apply, and Contractor Manpower Reporting via SAM is mandatory.
Proposal Submission & Evaluation
- Proposal Due Date: May 1, 2026, 4:00 PM Local Time.
- Questions Due: April 24, 2026.
- Submission Format: Proposals must be UNCLASSIFIED, submitted electronically in PDF format, and organized into four volumes: Completed RFP (including SF 1449), Past Performance (2-3 relevant contracts with CPARs or PPQs), Price Proposal (utilizing the provided CLIN worksheet), and Technical Capability (demonstrating understanding of the PWS, methodology, and technical approach).
- Evaluation Factors: Award will be made on a best-value basis, where technical superiority and business approach may outweigh cost.
- Factor 1: Past Performance (Pass/Fail): Requires 2-3 relevant contracts. Past Performance Questionnaires are due by May 1, 2026.
- Factor 2: Price Proposal: The lowest two priced proposals that pass the Past Performance factor will be evaluated for technical capability.
- Factor 3: Technical Capability: Evaluated on Security Clearance (Pass/Fail, meeting DD254 requirements), Management Staffing Plan, and Quality Surveillance Plan.
- Contacts: Danny D Austin (danny.austin.3@us.af.mil) and David Dike (david.dike.2@us.af.mil).