Joint Enabling Capabilities Command (JECC) Support Services
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 conducting a Sources Sought for Joint Enabling Capabilities Command (JECC) Support Services. This market research aims to identify qualified small businesses capable of providing specialized personnel for HR, security, assessments, and safety programs at JECC and its subordinate commands. This is a Total Small Business Set-Aside inquiry. Responses are due April 21, 2026.
Scope of Work
The requirement is for services including:
- One (1) Manpower and Personnel Staff Representative to support the JECC J1 mission with HR tasks, analysis, and strategic guidance.
- One (1) Special Security Representative (SSR) to assist the JECC J2 Special Security Officer with security functions (PERSEC, PHYSEC, INFOSEC).
- Two (2) Assessments Support Analysts for the JECC J3 to direct capability allocation, improve decision cycles, and reduce organizational risk through rigorous assessments.
- One (1) Safety and Airborne Operations Program Manager to implement a comprehensive Safety and Occupational Health (SOH) program, including oversight of the JCSE Airborne Program. All labor will primarily be performed at JECC, Norfolk Naval Base, VA, supporting commands at Norfolk Naval Base, VA, and MacDill Air Force Base, Tampa, FL.
Contract & Timeline
- Type: Sources Sought (Market Research)
- NAICS: 541611 (Administrative Management and General Management Consulting Services), size standard $24.5M.
- Anticipated Performance: One (1) 12-month base period and four (4) one-year option periods.
- Anticipated RFQ Release: On or about June 24, 2026.
- Anticipated Award: On or about September 24, 2026.
- Response Due: April 21, 2026, 4:30 p.m. Eastern Time.
- Published: April 7, 2026.
Submission & Evaluation
Interested parties must submit a capabilities package, not exceeding 12 pages, outlining relevant business abilities and addressing questions in Attachment 1. Responses will help the government determine if the requirement can be competed or set aside for small businesses. This is not a Request for Quote, and no contract will result from this notice.
Additional Notes
A draft Performance Work Statement (PWS) is available. Specific personnel qualifications, including TS/SCI or Secret clearances, are required for various roles. All submitted information will be protected as Source Selection Sensitive Information. Vendors are responsible for monitoring SAM.gov for future postings.