Federal Contract Opportunity

Last Updated on 25 Jun 2025 at 11 PM
Sources Sought
Lackland air force base Texas

Privatization Management Programs (PMP) for the Air Force Housing, Enhanced Use Lease, Lodging, and Utilities Privatization

Details

Solicitation ID FA890326R0PMP
Posted Date 25 Jun 2025 at 11 PM
Response Date 25 Jul 2025 at 10 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa8903 772 Ess Pk
Agency Department Of Defense
Location Lackland air force base Texas United states 78236

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Sign up to access Documents

Signup now

SUBJECT:

The 772d Enterprise Sourcing Squadron Contract Support Flight (772 ESS/PKS), is conducting market research for the non-personal, advisory and assistance services (A&AS) and non-personal professional support services required to support the Air Force Housing, Enhanced Use Lease, Lodging, and Utilities Privatization Management Program to support the Air Force Civil Engineer Center (AFCEC) Installations Directorate Air Force Privatization Management Programs (PMP). One responsible source will be selected for each of four (4) opportunities addressed below, with no other supplies or services to satisfy agency requirements. That is, each opportunity will have only one designated source.

DISCLAIMER: This posting is issued solely for conducting market research and planning purposes to determine qualified and interested potential sources and does not constitute a solicitation. Neither unsolicited quotes nor any other kind of offers will be considered in response to this posting. Responses to this posting are not offers and will not be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this posting. 772 ESS/PKS will not entertain any questions concerning the composition, requirements, or the nature of services to be performed under any upcoming solicitation for related services.

SCOPE: 772 ESS, in conjunction with the AFCEC, Joint Base San Antonio - Lackland Air Force Base, TX, is conducting a request for information for the non-personal, advisory and assistance services (A&AS) and non-personal professional support services required to comply with the FY24/25 Congressional National Defense Authorization Act (NDAA) requirements per OSD for DAF to provide 100% Privatized Housing management for over 15,000 Government Owned Homes at 67 CONUS locations and 12 OCONUS locations: seven (7) major locations in U.S. Air Forces in Europe (USAFE) and five (5) major locations in Pacific Air Forces (PACAF). The DAF requires the Contractor to conduct a thorough assessment of the structural integrity and habitability of each home at selected locations of privatized housing for Air Force Installations located within the CONUS & OCONUS.

There are four (4) opportunities to consider for the PMP requirements designated as TABs A through D as follows:

  1. HOUSING PRIVATIZATION (MHPI)
  2. ENHANCED USE LEASE (EUL)
  3. TRANSIENT HOUSING (THPI)
  4. UTILITIES PRIVATIZATION (UP)

The Contractor is given the ability to provide a completed capability statement package for any of the four opportunities (TABs). Therefore, the Contractor is welcome to provide their interest for more than one opportunity.

AWARD CRITERIA:

The Government is contemplating the award of a Firm Fixed Price and Cost-Reimbursable travel CLIN to either one single Indefinite Delivery/Indefinite Quantity (ID/IQ) for all business areas:

TAB A – Housing Privatization, TAB B – Enhanced Use Lease, TAB C -Transient Housing, TAB D – Utilities Privatization (UP) or multiple independent IDIQ awards not to exceed four (4) different Contractors/Teams. Therefore, an Offeror or Offerors can be awarded one or more TABs not to exceed 4 awards. As a result, an award or awards can be issued depending on the number of possible outcomes not to extend beyond 4 awards.

The Government may elect to award either one single award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to an Offeror for the business areas (TAB A – Housing Privatization, TAB B – Enhanced Use Lease, TAB C – Transient Housing, and TAB D – Utilities Privatization to a single Contractor or the Government may award multiple independent IDIQs to different Contractors depending on any number of combinations of TABs not to exceed 4 IDIQ contracts.

DEFINITIONS:

Contractors shall use the following definitions while preparing capabilities statements for their RFIs. These definitions are applicable to all PWSs.

ADVISORY AND ASSISTANCE SERVICES (A&AS): Advisory and Assistance Services (A&AS) means those services provided under contract by non-Governmental sources to support or improve organizational policy development; decision-making; management and administration; program and/or project management and administration; or research and development activities. It can also mean the furnishing of professional advice or assistance rendered to improve the effectiveness of federal management processes or procedures (including those of an engineering and technical nature). In rendering the foregoing services, outputs may take the form of information, advice, opinions, alternatives, analyses, evaluations, recommendations, training and the day-to-day aid of support personnel needed for the successful performance of ongoing Federal operations. For additional information, reference FAR Subpart 2.1 Definitions “Advisory and Assistance Services:” https://www.acquisition.gov/far/subpart-2.1?searchTerms=DEFINITIONS

OFFICIAL POINT OF CONTACT (POC): The Government's "primary" official point of entry shall be SAM (https://sam.gov) website for current information and updates regarding the RFI.

HOUSING PRIVATIZATION (MHPI): Is the long-term oversight of the Air Force Housing Privatization (HP) created by the Military Housing Privatization Initiative (MHPI) established by Congress in 1996 as a tool to help the military improve the quality of life for its service members by improving thecondition of their housing. The MHPI was designed and developed to attract private sector financing, expertise and innovation to provide necessary housing faster and more efficiently than traditional Military Construction processes would allow. The Office of the Secretary of Defense has delegated to the Military Services the MHPI are authorized to enter into agreements with private developers selected in a competitive process to own, maintain and operate family housing via a 50-year lease.

ENHANCED USE LEASE (EUL): Enhanced Use Lease (EUL) is any Real Estate Transaction authorized by United States Code (U.S.C), Title 10, Part IV, Chapter 159, Real Property; Related Personal Property; and Lease of Non-Excess Property. It is a program that allows the Department of Defense (DoD) to lease underutilized military properties to private or public entities for commercial purposes, with the rent paid in cash or in-kind services, to support military installations.

TRANSIENT HOUSING PRIVATIZATION INITIATIVE (THPI): A Commercial On-Base Lodging (COBL) program that allows the Department of Defense (DoD) to leverage private sector expertise and investment to revitalize and manage military housing, including transient lodging, for service members and their families. The MHPI, established in 1996, allows the DoD to partner with private companies to construct, renovate, and manage military housing, including both family and unaccompanied housing, and transient lodging.

UTILITIES PRIVATIZATION (UP): The transfer of ownership and operation of military installation utility systems (like electricity, water, and wastewater) from the government to private entities, aiming for cost savings, improved efficiency, and better infrastructure.

PERFORMANCE REQUIREMENTS:

TAB A

A summary for the HOUSING PRIVATIZATION opportunity to obtain non-personal professional support services for the AFCEC regarding the Air Force Housing, Enhanced Use Lease, Lodging and Utility Privatization and the PWS references concerning the Program Support, Project Services, Project and Development Management, Property/Contract Reporting and Services Summary tasks for the HOUSING PRIVATIZATION are described below.

Housing (MHPI)

The Contractor shall provide MHPI program and project management services throughout the life cycle of the Air Force Housing program so Air Force members may be afforded access to safe and affordable housing. The Contractor shall provide Portfolio Advisor support through meetings and MHPI Portfolio interaction to mitigate risk to the MHPI projects. They will also support the AF with persistent issues that cannot be resolved between stakeholders at the installation level and to support the day-to-day requirements of the projects in addition to the reports and analysis described in other line items of this PWS. The Contractor shall be involved preparing and conducting the MHPI and Government Housing Tenant Satisfaction surveys. The Contractor shall also operate a 24-hour, 7-days per week Call Center to field calls from Service Members living in privatized housing that are experiencing poor customer service and/or low tenant satisfaction. The Contractor will need to set up and participate in meetings, workshops, and training. The meetings are to facilitate project meetings to support efforts for all AF Base locations coordinating the date and time with AFCEC. (Please examine the Performance Work Statements for the PMP label attachment 1 for a complete understanding of this requirement.)

TAB B

A summary for the ENHANCED USE LEASE opportunity to obtain non-personal professional support services for the AFCEC regarding the Air Force Housing, Enhanced Use Lease, Lodging and Utility Privatization Management and the PWS references concerning Program Support, Project Services, Project and Development Management, Property/Contract Reporting and Services Summary tasks for the ENHANCED USE LEASE are described below.

Enhanced Use Lease (EUL)

The Contractor shall assist the AF in executing all processes, procedures, and activities necessary to ensure the AF maintains the appropriate oversight and control of all AF EUL and Value Based Transaction (VBT) Programs. The cradle to grave support for EUL and VBT to include the Identification Phase I, Project Definition Phase II, Project Acquisition, Phase III Lease Negotiation and Closing Phase IV Construction, Management Phase V Post Closing, and Management Phase VI Termination. The Contractor will provide project management support services in both Execution and Post Closing Management. The Contractor is responsible for identifying additional program support services resulting in a proactive approach/consulting, mitigating project risks and ensuring the success of the EUL and VBT Programs. The Contractor shall also provide Portfolio Advisory (PA) support in working groups, provide a full suite of program supports services consisting of cradle to grave management of pre-contract award, proposal review and post award EUL and VBT support for the 13 projects in Execution and 19 projects in Post Closing management. (Please examine the Performance Work Statements for the PMP label attachment 2 for a complete understanding of this requirement.)

TAB C

A summary of the PWS for the TRANSIENT HOUSING opportunity to obtain non-personal professional support services regarding the Air Force Housing, Enhanced Use Lease, Lodging and Utility Privatization Management requirements concerning the Program Support, Project Services, Project and Development Management, Property/Contract Reporting and Services Summary tasks for the are TRANSIENT HOUSING described below.

Lodging (Transient Housing - THPI)

The Contractor shall be involved working with DAF lodging portfolio in the U.S. transitions to a sustainable, privatized business model that is the preferred lodging accommodation for official travelers while ensuring lodging operations meet DAF mission requirements while generating sufficient capital to sustain and recapitalize the entire U.S. portfolio. Apply transient housing and MHPI lessons learned, the Contractor shall provide support to define and negotiate lease provisions, the base-specific and overall project development plans and timelines, all necessary lease exhibits, and key legal agreements and requirements including, but not limited to the real estate documentation, environmental documentation, State Historic Preservation Office programmatic agreements, construction contracts for major work, independent construction consultant contract, loan and lockbox agreements, and the transient housing management agreement. The Contractor shall assemble a team of experts with knowledge and experience in large-scale real estate development and finance to provide support to the Headquarters, DAF, and bases that have, or are planned to have privatized transient housing. Will assist in the negotiation, analyses, recommendations, preparation, review, and evaluation of the financial plan. Ensure that lender fees and interest rates are competitive with current market conditions. Recommend or evaluate innovative finance plans. (Please examine the Performance Work Statements for the PMP label attachment 3 for a complete understanding of this requirement.)

TAB D

A summary of the PWS for the UTILITIES PRIVATIZATION opportunity to obtain non-personal professional support services regarding the Air Force Housing, Enhanced Use Lease, Lodging and Utility Privatization Management requirements concerning the Program Support, Project Services, Project and Development Management, Property/Contract Reporting and Services Summary tasks for the UTILITIES PRIVATIZATION are described below.

Utilities Privatization (UP)

The Contractor shall support the DAF privatized projects to include the UP program. This includes Asset and Portfolio Management services in support of UP programs requiring the development of potential DAF UP transactions and providing support to the DAF in analyzing whether to convey and privatize DAF owned utility systems. The Contractor shall conduct an economic analysis on project owner and system owners’ proposals and develop a cost summary on all the components of the proposal to include recommendations. Prepare program information to stakeholders in regard to initiatives, policies and findings. The Contractor shall also participate and facilitate in the project meetings to support efforts for all DAF Base locations coordinating the date and time with AFCEC. The Contractor shall facilitate on-site and teleconference briefings and is required to record all minutes. (Please examine the Performance Work Statements for the PMP label attachment 4 for a complete understanding of this requirement.)

SUBMISSION:

1. Any interested responsible party believes it is equally or otherwise uniquely capable of meeting the requirements described in this Request for Information (RFI) for each of the TABs, shall hereby submit a capability statement to include contact information, size status under NAICS 541611, DUNS Number, and CAGE Code on the cover page of the capability statement at no cost to the Government. Please indicate what Small Business classification(s) your Firm is under, i.e., Small Business, 8(a), HUBZone, SDVOSB, or WOSB.

2. The response should describe the company’s capability in the following:

Include a maximum of three (3) specific, relevant and completed CONUS and OCONUS projects that best illustrate the disciplines which were employed as listed subject to the opportunity. If a solicitation is to be issued for the PMP, the Government will be considering the level of education, the number of years of experience, and any specific certification and or licenses held by each of Subject Matter Experts (SMEs). For experience, a minimum of 3 years is desired. For education, the highest level of education will be requested.

3. Do you anticipate any type of teaming arrangement for a particular requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of service would you perform for any of the opportunities interested in A Team is defined The Prime Contractor and all named Team Members submitting the capability information for each designated TAB in response to this RFI. This RFI refer to the Prime and all identified Team Members as a “Team” through a signed Teaming Arrangement (TA) or Letter of Intent (LOI). For the TA or LOI to be valid, it must commit the business entities to performance the opportunity or opportunities, should it be selected for awarded. Mentor-Protégé (M-P) is a relationship and not a business entity. M-Ps require formal TAs or LOIs to qualify for consideration as a Team Member. A Joint Venture (JV) will be considered a sole business entity.

4. How many years of experience of providing non-personal professional support services and advisory and assistance services do you have for any/all of the four opportunities your firm is interested in?

5. Please include whether the company is a foreign or domestic entity in the contents of the e-mail. Also provide the System for Award Management (SAM) expiration date on the cover page of the capability statement.

6. The capability statement response for each opportunity (TAB) shall not exceed 20 pages with the minimum font size for the proposal pages of 12, utilizing Times New Roman themed font per each requirement element. The cover page can be excluded for determining the 20-page limit. The cover page shall also indicate which opportunity the capability statement represents. Tables may use font size 10, utilizing Times New Roman. Required documents should be submitted via email with a read receipt and should be clearly marked as the requirement title and your contract number. All text shall be single spaced with black text on white paper; graphics, photos, etc. may be in color. A page shall be an 8 ½ X 11” sheet of paper. Margins shall be at least 1 inch at the top and bottom and 3/4 inch on the side. Each page shall be numbered to eliminate any confusion. In the event the Offeror creates an ambiguity in their numbering of pages, the Government may exercise its own discretion in counting pages. Also furnished another completed capability statement to include cover page which has been redated to exclude vendor’s name and contact information.

7. Communications with 772 ESS/PKS regarding this posting will only be permitted in writing via email to Contracting Officer (CO), Mr. Michael Grasso at [email protected] and Senior Contract Specialist, Mark Ingle at [email protected], during the posting response period.

8. All responses must be provided in writing to the Contracting Officer not later than 5:00 PM Local San Antonio, Texas time (Central) on 25 July 2025 to the contacts identified at SAM. No other forms of transmission are requested or will be accepted. Any questions or concerns will need to be submitted no later than 5:00 PM Local San Antonio, Texas time (Central) on 10 July 2025.