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 Air Force Test Center (AFTC) at Arnold Engineering Development Complex (AEDC), has issued a Request for Information (RFI) for Facility Support Services (FSS) III. This RFI is for planning purposes only, seeking industry input to develop a viable solicitation. Responses are voluntary and do not guarantee future procurement. Responses are due by April 3, 2026, at 1000 Central Daylight Time.
Purpose
This RFI aims to gather information from industry to help the Government understand capabilities, refine requirements, and inform the acquisition strategy for the upcoming FSS III contract. It is not a solicitation and does not constitute a commitment for a procurement action.
Scope of Work
The anticipated FSS III contract will encompass a broad range of Base Operating Support (BOS) functions at Arnold Air Force Base (AFB), TN, with additional support at geographically separated units (GSUs) in White Oak, MD, and Moffett Field, CA. Key service areas include:
- 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 inbound/outbound freight.
- Vehicle Operations and Maintenance: Management and maintenance of the government vehicle fleet and ground transportation services.
- Environmental, Safety, and Occupational Health: Compliance and management support.
Requested Information
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 capabilities and experience related to the major 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 bundling/unbundling the contract.
- Risk and Innovation: Identify primary risks, potential mitigation strategies, innovative technologies/processes, and any requirements that would preclude a viable solution.
Submission Details
- Response Due: April 3, 2026, at 1000 Central Daylight Time.
- Submission Method: 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.
- Format: Microsoft Word or Adobe PDF. ZIP files are not accepted.
- Set-Aside: None specified (This is an RFI for market research).