Skip to content
Department of Defense

Buckley SFB Human Performance Training

Solicitation: FA2543HumanPerformanceTraining
Notice ID: c19b36ded1f0465eb0a7beecf0362a84
TypeSources SoughtNAICS 611430PSCU006Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateCOPostedApr 01, 2026, 12:00 AM UTCDueApr 09, 2026, 01:00 PM UTCCloses in 0 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CO. Response deadline: Apr 09, 2026. Industry: NAICS 611430 • PSC U006.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA2543HUMANPERFORMANCETRAINING. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 611430 (last 12 months), benchmarked to sector 61.

12-month awarded value
$43,072,368
Sector total $948,647,283 • Share 4.5%
Live
Median
$57,690
P10–P90
$19,554$203,025
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
4.5%
share
Momentum (last 3 vs prior 3 buckets)
+965%($35,679,072)
Deal sizing
$57,690 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CO
Live POP
Place of performance
Aurora, Colorado • United States
State: CO
Contracting office
Buckley Afb, CO • 80011-9572 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
CO20260009 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
CO20260009 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
Rate
Zone 2
Base $29.42Fringe $4.75
+77 more occupation rates in this WD
Davis-Baconstate match
CO20260001 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Alamosa, Archuleta, Baca +44
Rate
Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems
Base $36.98Fringe $16.82
Rate
Asbestos Workers/Insulator (Includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems)
Base $36.60Fringe $11.83
Rate
BRICKLAYER
Base $32.93Fringe $14.29
+25 more occupation rates in this WD
Davis-Baconstate match
CO20260027 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Pueblo
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $36.98Fringe $16.82
Rate
ELECTRICIAN
Base $35.40Fringe $16.06
Rate
POWER EQUIPMENT OPERATOR (Crane) 141 tons and over
Base $39.80Fringe $15.20
+22 more occupation rates in this WD
Service Contract Actstate match
2023-0171 (Rev 8)
Open WD
Published Jan 20, 2026Colorado • Larimer
47040
Diver
Base $53.87Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, 4 weeks after 10 years, and 5 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.

Point of Contact

Name
Maurice Epps
Email
maurice.epps@spaceforce.mil
Phone
Not available
Name
Andrew Flamm
Email
andrew.flamm.1@spaceforce.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
FA2543 460 CONS
Office
Not available
Contracting Office Address
Buckley Afb, CO
80011-9572 USA

More in NAICS 611430

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.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

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.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.