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
    ADVANCING SYSTEMS OF SYSTEMS TECHNOLOGIES FOR RAPID ADOPTION (ASTRA)
    Buyer not available
    The Department of the Air Force is seeking innovative research and development solutions through an Advanced Research Announcement (ARA) titled "Advancing Systems of Systems Technologies for Rapid Adoption (ASTRA)," with an estimated funding of approximately $200 million. The primary objective is to enhance the rapid integration of diverse systems and subsystems into cohesive Systems of Systems (SoS), focusing on developing software prototypes and implementing open system architectures to improve military effectiveness and adaptability. Interested parties, including small businesses and academia, are invited to submit 3–5 page white papers outlining their approaches, with recommended submission deadlines spanning from October 2023 to September 2027, and a final deadline of July 2028. For further inquiries, contact Gerard Wohlrab at gerard.wohlrab@us.af.mil or Amber Buckley at amber.buckley@us.af.mil.
    16th Air Force Commercial Solutions Opening
    Buyer not available
    The Department of the Air Force is issuing a Commercial Solutions Opening (CSO) to acquire innovative solutions, technologies, and services aimed at enhancing mission capabilities for the United States Air Force (USAF). This initiative, authorized under Department of Defense Class Deviation 2022-O0007, seeks to address capability gaps and foster advancements in areas such as Electromagnetic Warfare, Information Operations, Multi-Domain Innovation, and Cloud Computing. Interested vendors are invited to submit proposals in response to specific Calls, with the current Call 0001 focused on "Mission Relevant Terrain-Cyber Automation," open for submissions until January 31, 2024. For further inquiries, potential responders can contact Carissa Heuertz or Lisa Anderson at 16af.cso.workflow@us.af.mil. Note that funding is not currently available, and the government retains the right to award none, part, or all submissions based on evaluations and funding availability.
    COMPOSABLE COLLABORATIVE PLANNING
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting innovative research proposals under the Broad Agency Announcement (BAA) FA8750-21-S-7003, titled "Composable Collaborative Planning." The initiative aims to enhance military operational planning by developing a composable framework that improves logistics efficiency and collaboration among planning teams, particularly in contested environments. This effort is crucial for addressing the complexities of Force Flow Planning and optimizing military responses to adversarial disruptions. The total funding available for this opportunity is approximately $24.5 million, with individual awards ranging from $500,000 to $2 million, and the submission period for white papers is open until February 28, 2026. Interested parties can contact Aaron McVay at aaron.mcvay.3@us.af.mil or Amber Buckley at amber.buckley@us.af.mil for further information.
    Air Force Modeling and Simulation Support Services (AFMS3) 3.0 Interested Party List
    Buyer not available
    The Department of Defense, through the Air Force District of Washington, is seeking to update the Interested Party List for the Air Force Modeling and Simulation Support Services (AFMS3) 3.0 recompete. This initiative aims to identify and engage potential vendors capable of providing modeling and simulation support services critical to the Air Force's operational needs. The opportunity highlights the importance of fostering partnerships with a diverse range of organizations, including both large corporations and innovative small businesses, to enhance the Air Force's technological capabilities. Interested parties are encouraged to contact Capt Richard Snyder or Ashley Raymond via email to be included in the Interested Party List, with the notice published on July 12, 2024.
    Trusted and Elastic Military Platforms and Electronic Warfare (EW) System Technologies (TEMPEST)
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is seeking proposals for the Trusted and Elastic Military Platforms and Electronic Warfare System Technologies (TEMPEST) initiative. This procurement aims to investigate and develop methodologies and technologies to enhance the cybersecurity and resilience of avionics systems, including manned and unmanned vehicles, against potential cyber threats. The program is critical for advancing the capabilities of Air Force and Department of Defense weapon systems in multi-domain environments, with an estimated funding amount of $808 million available for multiple awards ranging from $1 million to $200 million. Interested parties must submit their proposals by October 11, 2024, and can contact Timothy Matelski at timothy.matelski@us.af.mil or Richard Bailey at richard.bailey.26@us.af.mil for further information.
    F35 Flight Training Simulator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the development of a dual-purpose flight and aerospace physiology training simulator tailored for F-35 training. This simulator must accurately replicate F-35 flight dynamics and include a functional cockpit equipped with real-world switches, high-fidelity visuals, and mixed reality capabilities, alongside compatibility with hypoxia training devices and monitoring systems. The procurement emphasizes the importance of advanced simulation technologies in enhancing pilot training and operational readiness. Interested vendors should contact 2d Lt Jalen Johnson at jalen.johnson.17@us.af.mil or 623-856-2730, or Sara E. Lackey at sara.lackey.2@us.af.mil or 623-856-3446 for further details regarding this Total Small Business Set-Aside opportunity.
    AFWERX Challenge Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is seeking innovative solutions via the AFWERX Challenge Commercial Solutions Opening (CSO) to address various technological needs of the U.S. Air Force (USAF). This initiative aims to foster collaboration between industry, academia, and government to develop advanced capabilities, particularly in areas such as power generation for unmanned aircraft systems, rapid base establishment in austere environments, and enhanced aerial refueling mechanisms. The CSO is continuously open for submissions, allowing participants to propose solutions that align with specific calls issued by the USAF, with evaluations conducted through a structured three-spiral process. Interested parties can contact Sandi Brubaker at sandi.brubaker@afwerx.af.mil or Donna M Sizemore at donna.sizemore@afwerx.af.mil for further details on participation and submission guidelines.
    Comprehensive Flight Operations Management Application
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from contractors regarding the development of a Comprehensive Flight Operations Management Application. This initiative aims to enhance workflows and resource utilization for both peacetime and wartime operations, focusing on improving personnel management, operations, resource tracking, and training capabilities while adhering to Agile, DevSecOps, and Lean product management principles. The application is intended to facilitate efficient operations, training, scheduling, and data management across various Air Force and joint units, ensuring compliance with relevant standards and cybersecurity regulations. Interested parties are encouraged to submit their capabilities and insights by April 4, 2025, to Charles Gill at charles.gill.2@us.af.mil or Ashley Blaess at ashley.blaess@us.af.mil, with responses required to be unclassified and non-proprietary.
    ADAPTIVE FUSION, & REASONING OF MULTI-SOURCE DATA (AFAR)
    Buyer not available
    The Department of the Air Force is seeking innovative research proposals under the Broad Agency Announcement (BAA) titled "Adaptive Fusion, Analysis & Reasoning of Multi-source Data" (BAA Number: FA8750-23-S-7008). The primary objective is to enhance capabilities in Command, Control, Communications, Computers, and Intelligence (C4I) and Cyber Science through the fusion, analysis, and reasoning of multi-source data across three key research areas: Adaptive Knowledge and Information for Target Analysis (AKITA), Enhancing Moving Target Engagement at Scale (EMoTES), and Publicly Available Information Ensemble Fusion (PEF). This initiative is critical for advancing military analytical operations and improving decision-making processes in complex environments. The total estimated funding for this BAA is approximately $37 million, with individual awards typically ranging from $500,000 to $1.5 million for efforts not exceeding 36 months. Interested parties must submit white papers by specified deadlines, with the first submission due by September 12, 2023, for FY24 funding. For further inquiries, contact John Spina at john.spina@us.af.mil or Amber Buckley at amber.buckley@us.af.mil.
    COLLABORATIVE SENSING & EXPLOITATION
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is soliciting innovative research proposals under the Broad Agency Announcement (BAA) titled "Collaborative Sensing & Exploitation." The objective is to develop technologies for closed-loop sensing and sensor data exploitation in dynamic adversarial environments, focusing on enhancing detection, tracking, and classification capabilities through advanced multimodal sensing systems. This initiative is crucial for improving situational awareness and operational effectiveness in military contexts. The total funding available for this BAA is approximately $25 million, with individual awards typically ranging from $400,000 to $1 million and lasting up to 36 months. Interested parties must submit white papers by 4 PM EST on specified deadlines through September 30, 2025, and can direct inquiries to Peter Zulch at Peter.Zulch@us.af.mil or Amber Buckley at Amber.Buckley@us.af.mil.