Opportunity
SAM #FA2543HumanPerformanceTraining
Buckley SFB Human Performance Training and Software Platform Sought
Buyer
460th Contracting Squadron
Posted
April 01, 2026
Respond By
April 09, 2026
Identifier
FA2543HumanPerformanceTraining
NAICS
541511, 541612, 611430, 541690
The U.S. Space Force Buckley Space Force Base Guardian Resilience Team is seeking a contractor to deliver a comprehensive human performance training program for service members. - Government Buyer: - U.S. Space Force, Buckley Space Force Base Guardian Resilience Team - Products and Services Requested: - Two one-day, instructor-led human performance workshops for up to 150 participants each - Topics: nutrition, sleep optimization, stress management - Must use adult learning principles and provide professional handouts, workbooks, and resource materials - Instructors must hold certifications such as Registered Dietitian (RD), Certified Specialist in Sports Dietetics (CSSD), Certified Strength and Conditioning Specialist (CSCS), National Board Certified Health & Wellness Coach (NBC-HWC), or verifiable certification in sleep science or mindfulness-based stress reduction (MBSR) - Two-way software platform (mobile and web-based) for readiness tracking, communication, and educational content - Hosted in a FedRAMP Moderate authorized cloud environment - Annual license for 250 users - Administrative dashboard for metrics and reporting - Monthly anonymized usage and readiness reports - Implementation and setup services for the software platform and training program - After Action Reports (AAR) after each workshop - Unique or Notable Requirements: - All software must be hosted in a FedRAMP Moderate authorized cloud - Instructors must have specific, verifiable professional certifications - Workshops must be evidence-based and use adult learning principles - Contractor must provide monthly usage reports and AARs - No specific OEMs or vendors are named in the notice or attachments.
Description
The purpose of this Sources Sought notice is for informational and planning purposes only, and to obtain a list of capable vendors and possible industry feedback. Please see attached Statement of Need for all requirements. Please include BOTH 2d Lt Maurice Epps email: maurice.epps@spaceforce.mil or Lt Andrew Flamm email: andrew.flamm.1@spaceforce.mil on all communications.
PLEASE SEE BELOW QUESTIONS AND INCLUDE ANSWERS TO THEM WITH YOUR RESPONSE TO THIS SOURCES SOUGHT NOTICE.
COMPANY INFORMATION:
What is your company's name, address, CAGE code, and Unique Entity ID (UEI)?
Who is the best person to contact for follow-up questions?
Please provide their name, title, email, and phone number.
What is your company's business size (e.g., small business, large business)?
Do you fall under any socioeconomic categories (e.g., 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business)?
STATEMENT OF NEED/REQUIREMENTS:
Please review the entire Statement of Need. Are any specifications, terms, or requirements in the SON unclear, ambiguous, or overly restrictive? If so, please specify the section and your question. SEE ATTACHMENT.
TECHNICAL CAPABILITY:
4.1 Workshop Content & Delivery
The contractor shall:
Design and deliver two one-day workshops for up to 150 service members, primarily targeted at active-duty service members engaged in shift-work operations.
Structure the workshop around three core modules:
Nutrition for Performance: Strategies for fueling for optimal physical and cognitive output, energy management, and recovery.
Sleep Optimization: Education and evidence-based techniques to improve sleep quality and duration for enhanced readiness.
Stress Management: Practical methods for mitigating the physiological and psychological impact of acute and chronic stress, tailored to a high-consequence work environment.
Employ an instructional design based on adult learning principles, using experiential techniques, research-based concepts, and hands-on practical exercises.
Provide each participant with professional handouts, workbooks, and resource materials designed to reinforce the educational content.
4.2 Instructor Qualifications
The contractor shall:
Ensure all training is delivered by subject matter experts with demonstrated experience supporting large-scale military or government readiness initiatives.
Ensure lead instructors possess, at a minimum, one of the following certifications in their area of expertise:
Nutrition: Registered Dietitian (RD) or Certified Specialist in Sports Dietetics (CSSD).
Performance/Wellness: Certified Strength and Conditioning Specialist (CSCS), or National Board Certified Health & Wellness Coach (NBC-HWC).
Sleep/Stress: Verifiable certification in sleep science or mindfulness-based stress reduction (MBSR).
4.3 Software Platform
The contractor shall provide a two-way software platform that meets the following criteria:
Functionality: Provides mobile (iOS, Android) and web-based applications that centralize readiness tracking, facilitate communication between users and coaches, and deliver educational content.
Data Security & Hosting: The platform and all associated user data must be hosted in a FedRAMP Moderate authorized cloud environment. The contractor shall describe their data ownership and protection policies.
Metrics: The platform must track, at a minimum, the following metrics that allows the “coach” to view through an administrative dashboard: programs or workouts completed, recipes that have been assigned to users, and mental performance programming assigned or saved by users.
PAST PERFORMANCE/EXPERIENCE:
Do you have any examples of similar projects completed within the past 5 years?
Have you performed similar work for the Department of Defense or other federal agencies? If so, please describe your experience.
DELIVERY/INSTALLATION:
Please provide a high-level implementation timeline, starting from contract award. The timeline should include key milestones such as the project kick-off meeting, platform configuration, user onboarding, and the rollout of the first workshops.
Describe your process for "installing" or configuring the software platform for our organization. How will you onboard our 250 users? Do you provide user guides, live training sessions, or other resources to ensure successful adoption?
What specific resources, information, or points of contact will you require from the Government to ensure a smooth and timely program implementation? (e.g., technical POC for platform integration, facility scheduling POC, leadership for communication).
PRICE ESTIMATE:
Please provide a total Rough Order of Magnitude (ROM) price for the complete solution described in the Statement of Need for the one-year period of performance.
Please provide a breakout of the total ROM, itemizing the estimated costs for the following components:
a) On-site Workshops: The total cost for delivering all 10 workshops.
b) Software Platform: The annual license/subscription cost for 250 users.
c) Implementation & Setup: Any one-time fees for program setup, platform configuration, and user onboarding.