Facility Support Services - Request For Information (RFI)
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, specifically the FA9101 AEDC PKP PROCRMNT BR, has issued a Request for Information (RFI) for Facility Support Services (FSS) III. This RFI is for planning purposes only, aiming to gather industry input to develop a viable solicitation. Responses are voluntary and do not guarantee a future procurement action. The requested information is preliminary and subject to change. Responses are due by April 3, 2026, at 1000 Central Daylight Time.
Scope of Work
The RFI seeks input on a broad range of Base Operating Support (BOS) functions, based on the FSS II Performance Work Statement (PWS). These services include, but are not limited to:
- Security Services: Armed security, entry control, patrols.
- Command, Control, and Communications (C2): 24/7 operation of the AEDC Operations Center.
- Fire and Emergency Services: Fire prevention, protection, rescue, hazardous materials response, and emergency medical services.
- Base Supply & Cargo Movement: Materiel management, Hazardous Materials Pharmacy (HAZMART), warehousing, and freight services.
- Vehicle Operations and Maintenance: Management and maintenance of government vehicle fleets and ground transportation.
- Environmental, Safety, and Occupational Health: Compliance and management support.
Requested Information & Submission
Interested parties are requested to provide:
- Corporate Information: Company Name, Address, Point of Contact, CAGE Code, UEI, Business Size, and Socio-economic Status under NAICS 561210.
- Capability and Experience: Describe experience and interest in specific service areas, including up to three contract examples from the past five years.
- Acquisition Strategy Feedback: Indicate interest in performing the entire scope as a prime contractor and provide recommendations on contract bundling/unbundling.
- Risk and Innovation: Identify primary risks, potential mitigation strategies, innovative technologies/processes, and any requirements that would preclude a viable solution.
Submissions must be sent via email to Ms. Erica Anglin (PCO) at erica.anglin@us.af.mil and Ms. Bethany Hill (Contracting Specialist) at bethany.hill.3@us.af.mil. Responses should be in Microsoft Word or Adobe PDF format; ZIP files are not accepted.
Place of Performance
The primary place of performance is Arnold Air Force Base (AFB), TN. Additional support is required at geographically separated units (GSUs) in White Oak, MD, and Moffett Field, CA.
Additional Notes
This RFI is solely for market research and planning. No entitlement to payment will arise from submitting information. Proprietary information will be safeguarded. A formal solicitation is not guaranteed.