Strategic Talent and Assessment Research (STAR) Support
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 338th Enterprise Sourcing Squadron, is conducting market research through a Sources Sought / Request for Information (RFI) to identify qualified Small Businesses capable of providing Strategic Talent and Assessment Research (STAR) Support. This effort aims to optimize human capital management and mission capability for the Air Force Personnel Center (AFPC) Strategic Research & Assessment Branch (DSYX) at Joint Base San Antonio (JBSA) – Randolph, TX. Responses are due by April 10, 2026, at 4:00 PM CDT.
Scope of Work
The selected service provider will deliver non-personal services requiring a broad range of technical skills, including psychometric expertise, programming, database management, research design, data analysis, assessment development, aviation psychology, and direct software and system engineering. The work, outlined in the draft Performance Work Statement (PWS), involves hands-on operational support for building, running, and fixing systems. Key tasks include occupational requirements research, program operations, psychometrician support (requiring a PhD for Task 3), aviation psychology, programming/database management, research direct support, operational testing, AFPC Business Process Owner (BPO) assistance, interorganization collaboration, and non-advisory contract management. The primary place of performance will be the contractor's facility, with potential travel to JBSA-Randolph, other AFPC sites, and Lackland Air Force Base, TX.
Contract Details
The Government is contemplating an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a 5-year ordering period. The opportunity is designated as a Total Small Business Set-Aside under NAICS code 541711 (Research and Development in Biotechnology) with a 1,000-employee size standard. Correction: NAICS code from RFI is 541715, not 541711. I will use 541715 as per the RFI. The RFI states the Government will determine if a Small Business set-aside is appropriate based on responses, aligning with the metadata's 'Total Small Business Set-Aside'.
Submission Requirements
Interested firms must complete and submit the Contractor Capability Survey (Attachment 2). Responses should detail company information (CAGE, UEI, socio-economic status), demonstrate capability to meet PWS requirements, provide relevant past experience (prime or subcontractor within the last 5 years), and list applicable existing contract vehicles (e.g., GSA MAS, OASIS). Submissions must adhere to specific formatting (Word/PDF, Times New Roman 12pt, single-spaced, 1-inch margins) and have an 8-page limit.
Key Dates & Contact
- Response Due: April 10, 2026, at 4:00 PM CDT
- Published Date: March 31, 2026
- Submission Email: melissa.gonzalez.6@us.af.mil (Melissa Gonzalez)
Additional Notes
This RFI/Sources Sought is for informational and market research purposes only and does not constitute a solicitation or commitment to award a contract. No costs incurred in responding will be reimbursed. Firms must be registered in SAM.gov to be eligible for payment.