This Request for Information (RFI)/Sources Sought (SS) is issued by the Air Force Installation Contracting Center (AFICC), 766 Enterprise Sourcing Squadron (766 ESS) PKI. This is not a Request for Quote (RFQ) or Request for Proposal (RFP). No contract award will be made based on any response(s) to this notice.
PURPOSE: The purpose of this notice is to conduct additional market research prior to issuance of any solicitation. Issuance of a solicitation is not guaranteed. The Government seeks industry response to the specific questions listed below.
The responses/feedback received in response to this notice will be used to identify and resolve concerns regarding the acquisition strategy, including proposed contract type, terms and conditions, and acquisition planning schedules; the feasibility of the requirement, including performance requirements, performance work statement, and contract deliverables/requirements; the suitability of the proposal instructions and evaluation criteria, including the approach for assessing past performance information; the availability of referenced documents (if applicable); and any other industry concerns or questions.
DESCRIPTION OF SERVICES: The government has a requirement for comprehensive event support for the Hickam Open House on September 13th, 2025. This includes providing transportation, securing parking for up to 1,000 vehicles, and managing event sanitation.
ANTICIPATED CONTRACT: The anticipated contract will be a Firm-Fixed Price contract. Period of Performance: 9:00 AM – 9:00 PM HST, Saturday 13 September 2025.
PROJECTED CONTRACT AWARD DATE: TBD.
The results of this RFI/SS will also be used as an effort to identify competition, qualified potential sources, and small business set asides to the maximum extent practicable.
BUSINESS SIZE STANDARD: North American Industrial Classification System (NAICS) code, and related size standard to be 561920 – Convention and Trade Show Organizers (Size Standard: $20M)
INFORMATION REQUESTED: Interested parties shall provide responses in the same numerical order as listed below. At a minimum, provide complete/sufficient responses to questions below. Additionally, feedback on the salient characteristics is requested. Please respond by 1200 HST, 17 July 2025.
Send responses to hillarie.johnson@us.af.mil and jeremy.morrill.2@us.af.mil
DO NOT SUBMIT ANY COST OR PRICE DATA WITH YOUR REPLY.
Specific responses to the questions below are requested. Total responses shall not exceed ten (10) pages.
1. Company Information:
- Name
- Address
- Telephone number
- Point of contact name(s)
- E-mail address(es)
- DUNS and CAGE code
- Business size large or small.
If small business, please identify the following: type of small business and/or socio-economic class. If an 8(a)/SDB firm, include 8(a) program graduation/exit date.
Business Size Standard: Interested sources shall identify their business size standard based on their primary NAICS code. Responses may be used to develop and/or determine if small business prime and subcontracting opportunities exist for this requirement IAW FAR Part 19.501(b) and if a change in NAICS code identification for the requirement is needed. -Small Business (SB) Concern-8(a)/Small Disadvantaged Business (SDB)-Woman-Owned Small Business-Historically Underutilized Business Zone (HUBZone)-Veteran-Owned Small Business-Service-Disabled Veteran-Owned Small Business (SDVOSB). For more information, refer to http://www.sba.gov/content/tablesmall-business-size-standards.
2. Provide capability statements that show your ability to source the requested number of buses and meet the requirements of the attached Performance Work Statement (PWS).
3. Similar Contracts: Have you provided similar services to the Government or to Commercial entities?
If so, please provide the following for each similar contract:
- contract number
- brief scope of the contract
- dollar value
---------------------------------------END OF QUESTIONS ----------------------------------------
The Contracting Officer will review and consider all responses and/or questions received. However, the Contracting Officer is not required to implement any feedback/suggestions received. The Contracting Officer is not required to provide a written and/or verbal response to any questions received.