The purpose of this solicitation is for the procurement of 38th Technical Rescue Training for Full Mission Profile for the 38th Rescue Squadron in accordance with the attached Statement of Work (SOW).
The 38 RQS requires a contract company that is able to provide a 5-day training package for 25 personnel that satisfies all requirements listed below. The period of instruction will be 15-21 February 2026. The unit requires a commercial company to conduct a technical rescue full mission profile (FMP) course that focuses on fundamentals of collapsed structure, vehicle extrication, swift water, roped rescue and small unit tactics as well as satisfying most of the syllabus of instruction for Pararescue Element Leader upgrade requirements. All of these requirements need to be in accordance with PJ/CRO CFETP chapters 5,6 and 10, AFMAN 10-3507 and AFMAN 10-3511. (Please see attachments)
Training Site is preferred to be located within the continental United States, perferably no further than 150 miles from Moody AFB due to the logistics of transporting heavy rescue equipment and the potential use of aircraft from the 41st RQS for training.
The contractor must provide a team of instructors with demonstrated expertise in technical rescue and special operations. The proposed Operations Manager or Lead Instructor should be a pararescuemen senior leader and former or current PJ AFSPECWAR Evaluator,7-level Mountain Leader. This individual is a current or former senior NCO with perferably 12 years of experience with Tier 1 operators managing complex, multi-faceted training events or operations, preferably within a joint, interagency, or special operations environment. This lead will be supported by a Senior Technical Rescue Advisor with at least perferably 12 years of experience in a Special Operations combat medical or rescue field, including experience operating in high-threat or non-permissive environments. Required former PJ AFSPECWAR Evaluator and 7-level Mountain Leader. Preferably, this person will be a former E7 or above with Tier 1 experience. This individual will provide high-level feedback on mission planning and execution. Additional instructional staff must perferably have a minimum of 7 years of relevant experience in technical rescue disciplines (e.g., structural collapse, swift water, high-angle rescue) or a SOF background. The Government may consider proposals with personnel who have equivalent combinations of military, federal, or civilian special operations and technical rescue experience to meet these qualifications. The contract must be awarded NLT 30 days out (15 Jan 2025) to support hands-on instruction and rescue simulations at the training site. Lastly, the vendor must be able to provide permits, training agreements, certificates of insurance and pictures of all training areas and training props prior to start date.
(a) The Government will award a contract resulting from this solicitation to the responsible quoter whose offer conforms to the solicitation and is most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate quotes:
Technical: Contractor must provide documentation that demonstrates a complete and realistic plan to meet the objectives outlined in the statement of work, specifically for providing the jump training course for 25 personnel. The offer must meet all technical requirements stated in the solicitation.
Price: The price evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach. The total evaluated price will include the proposed price for the course for 25 personnel. Travel costs will be considered for evaluation purposes and calculated in accordance with the Joint Travel Regulation (JTR), including per diem rates provided in the attached documentation and a mileage rate of $0.725 per mile, with travel distances up to 400 miles per 10 hours factored into the calculation. The award will be based on the Lowest Price Technically Acceptable (LPTA), where the total price, including both the training course and (JTR) travel costs, will be evaluated to determine the best value to the Government.
2(a) Travel Costs Calculation:
Travel costs will be calculated based on the Joint Travel Regulation (JTR). Contractors should calculate the mileage for the travel to the training location using the rate of $0.725 per mile. Additionally, the contractor will need to account for per diem rates (for meals and lodging), which are provided in the attached documentation.
To calculate travel costs, contractors should:
Measure the total distance from Moody AFB to the training location.
Multiply the total miles by $0.725 per mile to get the total mileage reimbursement.
Add the per diem (meals and lodging) for each day of travel.
The total travel costs will be included in the proposal and evaluated as part of the overall cost.
(b) Offers will first be ranked by total evaluated price, starting from the lowest. The Government will then evaluate the lowest-priced offer for technical acceptability. This process will continue until two technically acceptable offerors are identified or all offers are evaluated.
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time specified for acceptance in the offer, shall result in a binding contract without further action by either party. The Government may accept an offer (or part of an offer) before its expiration, whether or not there are negotiations, unless the offeror provides a written notice of withdrawal before award.
Note:
1. .zip files are not an acceptable format for the Air Force Network and will not go through our email system.
2. The Government intends to award purchase order without discussions; therefore, oerors should quote their best price.
The Government reserves the right to conduct discussions if deemed in its best interest.
Please provide the following information with your quote: Detailed explaination, materials, plans, and specifications for evaluation of technical acceptability.
Company Name: ____________
Unique Entity ID Number (UEID): ____________
Cage Code: _______________
Please add years of experience with each training instructor when submitting proposals.
All companies must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. General Statement:
This is a combined synopsis/solicitation for commercial items issued by the 23d Contracting Squadron, Moody AFB, Georgia.
This announcement constitutes the only solicitation being issued for the requirement described herein. All vendors must provide a capability statement with item specifications included for technical review.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
This opportunity pertains to the provision of training for the 38th Technical Rescue FMP Course, as solicited by the Department of the Air Force. The contract falls under the U006 service code and NAICS 611699, focusing on other miscellaneous schools and instruction.
The buyer is seeking qualified vendors to deliver specialized training courses aimed at enhancing the technical rescue capabilities of military personnel.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 611699 (last 12 months), benchmarked to sector 61.