Opportunity
SAM #FA286026F0007
Market Research for Mission Planning and Technical Support Services at Joint Base Andrews
Buyer
316th Comptroller Squadron
Posted
April 13, 2026
Respond By
April 28, 2026
Identifier
FA286026F0007
NAICS
541990, 488190
This opportunity involves market research by the 316th Contracting Squadron (316 CONS), Air Force District of Washington, for mission planning and technical support services at Joint Base Andrews. - Government Buyer: - Department of the Air Force - Air Force District of Washington - 316th Contracting Squadron (316 CONS), supporting the 89th Operations Support Squadron (OSS) - OEMs and Vendors: - No specific OEMs or vendors are mentioned in the notice - Products/Services Requested: - Mission planning and technical support services for VIP airlift operations - Includes flight planning, official organizational messaging, diplomatic overflight and landing clearance coordination, and aircraft logistical support - All services to be performed in accordance with a draft Performance Work Statement (PWS) - Unique or Notable Requirements: - Access to a military installation (Joint Base Andrews) is required - Respondents must submit tailored capability statements and identify business size/type under NAICS code 541990 - No specific products, part numbers, or OEMs are identified - Place of Performance: - Joint Base Andrews, Maryland - Period of Performance: - Anticipated as a base year plus four option years
Description
Description:
1.0 PURPOSE
1.1. The 316th Contracting Squadron (316 CONS) in support of the 89th Operations Support Squadron (OSS) is seeking information from interested contractors to perform flight planning, official organizational messaging, diplomatic over flight/landing clearance coordination, and aircraft logistical support for Very Important Person (VIP) airlift missions, in accordance with the Performance Work Statement (PWS) specifications. The projected place of performance is located at Joint Base Andrews Maryland. Please see attached DRAFT copy of the PWS for additional details.
1.2. THIS IS FOR INFORMATIONAL AND MARKET RESEARCH PURPOSES ONLY. It does not constitute a solicitation, a synopsis of a solicitation, a promise on the part of the Government to later publish a solicitation, or ultimately award a contract. It is a market research tool being utilized to determine the availability of sources and the method of procurement. Respondents are further advised that the U.S. Government will not reimburse the costs of preparing for submitting a response, nor pay for any information or administrative costs incurred in response to this notice.
Only written responses will be considered. All responses from responsible sources will be fully considered. A non-response to this notice does not preclude participation in a future request for proposals, Request for Proposal (RFP), if one is issued. As a result of analyzing responses to this market research, the contracting officer may determine that a solicitation will be issued. Information submitted will not be returned. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If a solicitation is released, it will be synopsized and published on the Contract Opportunities website at sam.gov. It is strictly the responsibility of potential respondents to monitor this website for additional information pertaining to this requirement.
2.0 BACKGROUND
2.1. Period of Performance: Base plus 4 option years
2.2. Limitations: None
2.3. Security Requirements: Ability to obtain access to a military installation is required.
3.0 RESPONSES
3.1. The information provided by industry may be used in the formulation of an acquisition strategy and a future RFQ, as applicable. Companies with the capability of performing flight planning and aircraft logistical support services as outlined in the Draft PWS should submit an electronic copy of their Statement of Capability via email. 3.2. Email all responses to both of the following POCs:
Archie Y. Warren, archie.warren@us.af.mil
Dione Brooks, dione.brooks@us.af.mil
3.3. Capability Statements shall be received in Microsoft Word for Office or compatible format no later than 28 April 2026 at 12:00 PM Eastern Daylight Time.
3.4. The Government requests interested parties submit a comprehensive capability statement as part of our ongoing market research. The statement must be specific to the information requested and clearly demonstrate your company's qualifications. The information provided will be used solely to assess the capabilities within the market. Inconclusive information will not assist in this determination. This notice is for informational purposes only and is not a solicitation for proposals. At a minimum, submissions shall include:
A detailed capability statement that addresses your company's relevant experience, core competencies, and understanding of the requirement. Administrative Information: Company Name & Mailing Address Point of Contact (Name, Phone, Email) UEI Number & CAGE Code Tax Identification Number Company Structure (Corporation, LLC, etc.)
Note: Generic marketing materials are not a substitute for a tailored capability statement.
3.5. All responding businesses are required to identify their firm's size and business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541990, All Other Professional, Scientific, and Technical Services, with a business size standard of $19,500,00.00.
3.6. If applicable, provide a statement of the company's contracting strategy and intentions to subcontract. 3.7. Email attachments are subject to size and type restrictions (typically limited to less than 2 MB in size and only non-executable attachments such as .doc or .pdf files), as well as any other appropriate network security measures that are enforced at the time.
3.8. A statement that the respondent will not allow the Government to release its proprietary data. In the absence of this documentation, the Government will assume that the respondent does NOT agree to the release of its submission to any other Government agency or contracted support.
3.9. Responses shall be limited to five (5) pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submitted information becomes Government property and will not be returned.
4.0 QUESTIONS
Questions regarding this sources sought notice shall be e-mailed no later than 12:00 PM Eastern Daylight Time on 21 April 2026 to the Contract Specialist, Archie Y. Warren, at archie.warren@us.af.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. Questions should be submitted for the intended purpose to obtain further clarification of the respondent’s potential capability to meet the requirements. The Government does not guarantee that questions received after 12:00 PM Eastern Daylight Time on 21 April 2026 will be answered. You can expect answers to submitted questions to be posted on the Contract Opportunities website at www.beta.sam.gov.
5.0 SUMMARY
THIS IS A REQUEST FOR SOURCES ONLY to identify contractors that can perform flight planning and aircraft logistical support services. The information provided in this notice is subject to change and is not binding on the Government. The 316 CONS has not made a commitment to procure any of the services mentioned, and release of this notice should not be construed as such a commitment or as authorization to incur cost for reimbursement. Please see attached draft copy of the Performance Work Statement (PWS) for additional details.