ADVANCED FRAMEWORK FOR SIMULATION, INTEGRATION, AND MODELING FOR THE GREATER ENTERPRISE (AFSIM FORGE)
ID: FA2391-25-R-B002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2391 USAF AIR FORCE MATERIEL COMMAND AFRL PZL AFRL RQKPWRIGHT PATTERSON AFB, OH, 45433-7541, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)
Timeline
    Description

    The Department of Defense, through the Air Force Research Laboratory (AFRL), is soliciting proposals for the Advanced Framework for Simulation, Integration, and Modeling for the Greater Enterprise (AFSIM FORGE) under contract FA2391-25-R-B002. This initiative aims to enhance the AFSIM, a critical military simulation framework, by inviting contractors to develop and mature it as an enterprise capability, with a focus on fostering collaboration among users. Proposals will be evaluated based on technical and cost factors, with multiple awards anticipated, and interested parties must submit an "Intent to Propose" by February 21, 2025, with final proposals due by March 10, 2025. For further inquiries, potential bidders can contact Megan Rosebeck at Megan.Rosenbeck@us.af.mil or Logan Hartley at logan.hartley@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Research Laboratory (AFRL) has issued an Advanced Research Announcement (FA2391-25-R-B002) for the Advanced Framework for Simulation, Integration, and Modeling for the Greater Enterprise (AFSIM FORGE). This initiative seeks proposals from contractors to enhance the AFSIM, a military simulation framework critical for the Department of Defense's analysis and operational planning. The announcement encourages small businesses to participate and invites an "Intent to Propose" by February 21, 2025, with a proposal submission deadline of March 10, 2025. Proposals will be evaluated based on technical and cost factors, with expectations for multiple awards (2-4). Deliverables may include software and potentially hardware, with a focus on maturing AFSIM as an enterprise capability. Communication with the contracting officer is encouraged throughout the proposal process. In addition to technical proposals, contractors must comply with security regulations, including export controls and submission of a valid DD Form 2345 for access to controlled information. The overall goal is to foster a collaborative environment that improves military simulation capabilities and performance assessment across various defense sectors. Selection for awards will depend on funding availability and proposals' alignment with the government’s objectives.
    The AFSIM FORGE project requires that offerors meet specific SPRS (Supplier Performance Risk System) score thresholds to be eligible for receiving the Statement of Objectives (SOO) and Statement of Work (SOW). Offerors must achieve a minimum self-assessment SPRS score of 100 or, if assessed by a Certified Third-Party Assessment Organization (C3PAO), a score of at least 88. At the time of the award, a higher minimum SPRS score of 110 is required for self-assessments or 88 for C3PAO assessments. Additionally, all subcontractors involved in the proposals must also meet these SPRS score requirements. Portions of proposals involving subcontractors that do not comply with the SPRS thresholds will be disregarded during the evaluation process. This stipulation emphasizes the importance of risk management and compliance across all tiers of project participation.
    The AFSIM FORGE FAQs document addresses inquiries related to the AFSIM FORGE and AMMO solicitations. Key concerns include incumbent contractors, organizational conflict of interest (OCI) implications, and eligibility criteria for bidding on both opportunities. Incumbent contractors are acknowledged, and specific guidance on OCI is provided, noting ineligibility for roles involving systems engineering and technical direction between AFSIM FORGE and AMMO. Offerors may bid on both, but winning one will not necessitate withdrawing the other bid. The document emphasizes the requirement to propose for all objectives in the technical submissions while adhering to page limits. It clarifies the need for a minimum SPRS score for both prime contractors and subcontractors. The anticipated "team-of-teams" structure for AFSIM FORGE includes multiple awards, with a focus on collaboration without dependency on other organizations. Overall, the FAQs aim to offer a clear understanding of the proposal parameters, evaluation criteria, and requirements, ensuring compliance and enhancing bidder preparedness.
    The AFSIM FORGE FAQs document addresses various inquiries related to the AFSIM FORGE and AMMO solicitations. The key focus is on clarifying the rules regarding organizational conflict of interest (OCI), eligibility for bids, and the requirements for proposals. It confirms the presence of incumbents and outlines restrictions for contractors involved in systems engineering and technical direction for AFSIM. Offerors can submit bids for both AFSIM FORGE and AMMO, but winning a contract in one prohibits participation in the other if involved in certain roles. The FAQs also provide guidance on proposal structure, page limits, and scoring requirements related to self-assessments. Additionally, it specifies the interaction among team members and the need for certain documentation to be included in proposals. The government plans to make multiple partial awards for AFSIM FORGE, emphasizing a “team-of-teams” concept. The document serves as a comprehensive resource for potential bidders, ensuring they understand the constraints, eligibility, and proposal expectations within these federal procurement processes.
    The document outlines the DD Form 1423-1, detailing the Contract Data Requirements List (CDRL), which specifies data items required for federal contracts, particularly within the Department of Defense. The form is structured to record essential information like contract line items, data item titles, submission dates, requiring offices, and distribution statements. Specifically, it includes several data item categories, such as financial reports and technical documentation, with distinct submission frequencies (monthly, quarterly, as required) and guidelines for electronic submission, including encryption. Each section emphasizes the requirement for compliance with government policies, including various distribution statements indicating proprietary business information. Additionally, a guidance section for both government personnel and contractors instructs on completing the form, detailing pricing group definitions and expectations surrounding the costs of data item preparation. The entire process aims to ensure effective communication of necessary information while adhering to regulatory standards, emphasizing transparency and accountability in government contracting.
    The Privacy Act Statement from the Air Force Research Laboratory outlines the authority and purpose concerning the collection of information related to federal grants, contracts, and other agreements. It emphasizes compliance with multiple federal laws and regulations that govern the awarding of these agreements to ensure accountability and responsible party designation. The collected information may be shared with contractors and law enforcement for verification or if legal violations occur. It explains the implications of not providing information, noting that while participation is voluntary, failing to comply with specific disclosure regulations can lead to applications being rejected. The statement includes a section for acknowledgment of consent from the covered individual and the institution's authorized representative, affirming their agreement to the terms outlined. Overall, this document is integral in facilitating transparency and responsibility in federal funding processes, reinforcing the need for compliance with governmental regulations related to research and development awards.
    This document is a Department of Defense (DoD) Contract Security Classification Specification (DD Form 254) related to a solicitation for the Advanced Framework for Simulation, Integration, and Modeling (AFSIM). The classification level required for the contractor is "Secret," and the purpose is to scale the AFSIM as an enterprise capability while creating a community of users. The contractor will access various classified and controlled unclassified information, including communications security information and national intelligence. Security measures dictate that the contractor must follow strict guidelines related to safeguarding classified information, notifying the government of any compromises, and adhering to Operational Security (OPSEC) requirements. The contractor must also comply with specific government regulations regarding the handling of classified material and utilize secure communication methods. Overall, this document emphasizes the critical security obligations required in government RFPs for contracts involving sensitive information, reflecting the necessity to safeguard national security interests during the execution of defense projects.
    The document addresses an issue related to accessing a PDF file that requires Adobe Reader 8 or higher. It indicates that the viewer may not currently have the necessary software installed or that their environment is not set up correctly for Adobe Reader. To resolve the issue, users are directed to Adobe's website, where they can find instructions for installing Adobe Reader and configuring their system accordingly. The content is structured as a support notification aimed at users encountering difficulties with document accessibility, emphasizing the importance of having the appropriate software for viewing PDF files. Overall, this file serves to inform users about technical requirements for accessing specific government-related documents, implicit in the context of federal RFPs and grants that may necessitate such compliance for successful viewing and submission.
    The Statement of Work (SOW) for contract FA2391-25-D-B001 delineates the responsibilities and requirements for the contractor, particularly regarding compliance, personnel qualifications, security protocols, and information handling. Contractors must submit disclosure information 50 days before any public release and notify the government for any essential personnel changes, ensuring replacements meet specified qualifications. The document emphasizes proper packaging and handling of sensitive materials, highlights key government contacts including the Program Manager and Contracting Monitor, and outlines obligations under the Patent Rights Clause. Security is paramount, particularly for contractor personnel, who must be U.S. citizens for access to government facilities and networks. The SOW mandates comprehensive Operations Security (OPSEC) training and emphasizes vigilance against potential threats to sensitive technologies used in research and development. Additionally, it involves risk identification procedures for personnel and any required notifications to the Contracting Officer regarding foreign government affiliations. Failure to comply with these security measures can lead to contract termination. Overall, this SOW outlines strict adherence to security and qualification standards to safeguard sensitive information and technology vital to national interests.
    The document outlines supplemental requirements for a Statement of Work (SOW) under contract FA2391-25-R-B002, detailing compliance obligations for contractors working with the Air Force Research Laboratory (AFRL). Key aspects include the Disclosure of Information compliance as per DFARS, requiring early submission of information to designated officials. Essential personnel requirements outline specific qualifications for key positions such as Principal Architect and Core Release Manager, emphasizing the need for prior notification of personnel changes. Additionally, contractors must adhere to packaging, marking, and security protocols for sensitive materials and ensure Operations Security (OPSEC) measures are incorporated in daily operations, including mandatory training and incident reporting for security breaches. The document also specifies risks associated with foreign talent programs and mandates reporting to contracting officials. Overall, the SOW provides a comprehensive framework to ensure effective project execution while maintaining necessary security and operational protocols vital for national interests.
    The Security Program Questionnaire (FA2391-25-R-B002) is designed to evaluate the security measures and practices of institutions seeking research funding. It is completed by collaborators and reviewed by the S&T Protection Lead. The questionnaire collects essential information regarding physical security plans, information security processes, data storage options, transportation protocols, and disposal methods for sensitive information. It also addresses cybersecurity measures, insider threat management, and operational security practices. Furthermore, it inquires about the institution's readiness to provide annual S&T Protection training for personnel with access to sensitive information. This document is crucial in the context of federal RFPs and grants, ensuring that institutions have comprehensive security frameworks that protect research data and comply with federal requirements. The questionnaire aims to guarantee that the institutions receiving funding adhere to standard security protocols to safeguard both government and institution-specific information.
    Similar Opportunities
    RFI: HAF/A5 Advanced Wargaming and Simulation Technologies for Integrated Force Design
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify U.S. vendors capable of providing advanced wargaming and simulation technologies for the Integrated Force Design initiative, known as the WarMatrix Ecosystem. The Air Force aims to transform its current capabilities by developing a digital system that enhances decision-making through advanced software, modeling and simulation (M&S), and Artificial Intelligence (AI), addressing existing challenges with outdated tools and disconnected systems. This initiative is crucial for achieving Decision Superiority and refining force design in future military campaigns. Interested vendors must submit capability briefs by January 9, 2026, at 2:00 PM EST, to Capt Richard Snyder at richard.snyder.12@us.af.mil, detailing their relevant technologies and experience.
    FA8650-20-S-1958-Call-06-Simulation Environment for Technology Research and Assessments (SENTRA)
    Dept Of Defense
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is soliciting proposals for the Simulation Environment for Technology Research and Assessments (SENTRA) under the TEMPEST Advanced Research Announcement. This initiative aims to enhance modeling, simulation, and analysis capabilities for assessing emerging Integrated Air Defense Systems (IADS) and Electronic Warfare (EW) technologies, focusing on the design, development, and evaluation of advanced Electronic Warfare technologies in contested electromagnetic environments. The total estimated value of the Indefinite Delivery Indefinite Quantity (IDIQ) contract is $32 million, with proposals due by February 18, 2026, at 12:00 PM Eastern Time. Interested contractors must submit their proposals electronically via DoD SAFE after obtaining access from the designated contracting points of contact, Kathryn Skaleski and Richard Bailey, whose emails are kathryn.skaleski@us.af.mil and richard.bailey.26@us.af.mil, respectively.
    Pioneering Aerospace Capabilities, Engineering and Research
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is soliciting proposals under the Broad Agency Announcement (BAA) FA2391-23-S-2403 for the "Pioneering Aerospace Capabilities, Engineering and Research" initiative. This opportunity aims to advance aerospace technologies through research and development efforts focused on innovative concepts and technologies that enhance military capabilities, particularly in propulsion and power systems. The initiative is critical for maintaining a technological edge in defense operations, with a projected funding ceiling of $200 million for various projects. Interested parties must submit their proposals electronically via DoD SAFE, with key deadlines for submissions varying by specific calls, including January 27, 2025, for the Aggressive Embedded Propulsion & Operability (AEPO) initiative. For further inquiries, potential offerors can contact John McClellan at john.mcclellan.2@us.af.mil or Jac Cook at joseph.cook.39@us.af.mil.
    16th Air Force Commercial Solutions Opening
    Dept Of Defense
    The Department of Defense, specifically the 16th Air Force, is issuing a Commercial Solutions Opening (CSO) to solicit innovative solutions aimed at enhancing the Air Force Information Network (AFIN) operations and Defense Cyberspace Operations (DCO). The primary objective is to address evolving cyber threats by improving resource allocation, addressing skill gaps, and enhancing training and defensive cyber capabilities. This opportunity is crucial for acquiring advanced technologies and services that can streamline operations and bolster the Air Force's mission capabilities. Interested parties can submit proposals for Call 0005, which is open for submissions from December 12, 2025, to January 26, 2026, and should contact Carissa Heuertz or Brian Cook at 16af.cso.workflow@us.af.mil for further information.
    Aerospace Readiness Enterprise System (ARES)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Aerospace Readiness Enterprise System (ARES), a next-generation enterprise solution aimed at modernizing aircrew scheduling, standardization and evaluation (stan/eval), and training management. The ARES initiative seeks to replace outdated systems such as Patriot Excalibur (PEX), Puckboard, and Graduate/Training Integration Management System (G/TIMS) by providing a unified, cloud-based platform that enhances operational readiness and efficiency across various Air Force commands. The selected prototype must be developed within 90 days of contract award, with a total funding amount of $500,000, and will be evaluated based on its ability to meet specified functional and non-functional requirements. Interested parties can direct inquiries to Lauren Cheslofska or Leonardo Dominguez via their provided email addresses, with questions accepted until December 19, 2025.
    Air Force Installation and Mission Support Center (AFIMSC) STREAMLINING PROCUREMENT FOR EFFECTIVE EXECUTION & DELIVERY (SPEED) Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Air Force Installation and Mission Support Center (AFIMSC), is seeking innovative commercial solutions under the Streamlining Procurement for Effective Execution and Delivery (SPEED) Commercial Solutions Opening (CSO). The primary objective is to acquire advanced technologies and services that enhance project outcomes, particularly in optimizing construction costs and schedules while integrating data-driven insights for improved project performance. This initiative emphasizes collaboration with a diverse range of entities, including non-traditional defense contractors, to address critical challenges faced by the Air Force. Interested parties should note that submissions for the first spiral of proposals are due by November 1, 2025, and can contact Brock Moon at brock.moon@us.af.mil or Nicholas Kimmey at nicholas.kimmey@us.af.mil for further information.
    AFLCMC Armament Directorate Rapid Response (ADRR) Commercial Solutions Opening (CSO) for Innovative Execution
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC) Armament Directorate, is soliciting innovative commercial solutions via the Rapid Response (ADRR) Commercial Solutions Opening (CSO) for future requirements related to weapon technologies and system concepts. This CSO aims to facilitate the rapid development and characterization of novel capabilities, supporting various lifecycle phases from concept to sustainment, and may lead to FAR Part 12 contracts or Other Transactions. The opportunity is open until June 4, 2026, with specific requirements and submission deadlines communicated through periodic "spirals." Interested parties can reach out to primary contact Sara Riley at sara.riley@us.af.mil or secondary contact Jill Harms at jill.harms.1@us.af.mil for further information. Please note that no funding is currently available, and unsolicited proposals will not be accepted.
    COMPOSABLE COLLABORATIVE PLANNING
    Dept Of Defense
    The Department of the Air Force is seeking innovative research proposals under the Broad Agency Announcement (BAA) FA8750-21-S-7003 for "Composable Collaborative Planning." The objective is to develop advanced planning techniques that enable parallel planning at the operational level, specifically addressing the Force Flow planning problem for Operation Plan (OPLAN) development. This initiative is critical for enhancing military operational efficiency by overcoming the limitations of existing serial planning methods. The total estimated funding for this BAA is approximately $24.5 million, with individual awards typically ranging from $500,000 to $2 million over a period of up to 24 months. Interested parties must submit white papers by February 28, 2026, and can direct inquiries to Aaron McVay at aaron.mcvay.3@us.af.mil or Amber Buckley at amber.buckley@us.af.mil.
    Air Force - Small UAS & Asymmetric Capabilities - Commercial Solutions Opening
    Dept Of Defense
    The Department of the Air Force is initiating a Commercial Solutions Opening (CSO) to seek innovative commercial technologies that support defense and asymmetric capabilities, specifically through the Air Force Life Cycle Management Center's Special Operations Forces & Personnel Recovery Division. This CSO aims to address future requirements through a structured three-phase competitive process, which includes Solution Briefs, Pitch Sessions, and full written Proposals, although no proposals are being accepted at this time. The CSO is significant for enhancing the capabilities of the Air Force in areas of special operations and intelligence, surveillance, and reconnaissance. Interested parties can find further guidance in the attached documents, with the CSO open for an initial period until September 3, 2026, and no funding currently available for this initiative. For inquiries, contact the USAF Asymmetric Capabilities CSO Group at USAFAsymmetricCapabilitiesCSO@groups.af.mil.
    FIGHT TONIGHT
    Dept Of Defense
    The Department of the Air Force is seeking innovative research proposals under the Broad Agency Announcement (BAA) FA8750-22-S-7001, titled "Fight Tonight," aimed at revolutionizing air operations planning through the integration of Artificial Intelligence (AI) and interactive gaming. The primary objective is to significantly reduce the Air Tasking Order planning cycle, enabling rapid development and evaluation of combat plans within a four-hour timeframe. This initiative is critical for enhancing operational efficiency and effectiveness in military air operations, focusing on two technical areas: Interactive Plan Refinement (TA1) and Plan Gaming and Outcome Analysis (TA2). The total estimated funding for this program is approximately $99 million, with individual awards ranging from $3 million to $40 million, and proposals for Phase II are due by January 23, 2025. Interested parties can direct inquiries to Lt Col Sean Carlson at sean.carlson.1@us.af.mil or Amber Buckley at amber.buckley@us.af.mil for further details.