Implementation of Advanced Government Simulation Capabilities (IAGSC)
ID: FA8222-25-R-IAGSCType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8222 AFSC OL H PZIEHILL AFB, UT, 84056-5805, USA

NAICS

Custom Computer Programming Services (541511)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The IAGSC Industry Day Q&A addresses various aspects of a federal government Multiple Award Contract (MAC) for software development. Key technical areas of focus include simulations, mission system integration, hardware-in-the-loop, data links, and sensors. The contracting process will likely involve supplemental PWS for each task order, with proposals tailored to specific elements. Challenges include contractor-government teaming, inconsistent infrastructure across directorate locations, managing security classifications, scaling to meet demand, and continuous staffing. Work is anticipated to be primarily software development, followed by in-house services, cybersecurity, and physical security. The MAC will utilize modern cloud-based infrastructure at WPAFB, with some legacy systems at other locations. On-site work at government systems is largely required, with no telework. The evaluation will heavily weight technical capabilities, and the contract type will likely start as Cost Plus Fixed Fee, potentially transitioning to Firm Fixed Price. The government will act as the integrator for split projects and anticipates quick evaluations for 12-month task orders.
    The Air Force Sustainment Center (AFSC) Software Directorate hosted an Industry Day for the Implementation of Advanced Government Simulation Capabilities (IAGSC) MAC IDIQ contract. The purpose was to gather market research, provide an overview of the AFSC SW mission, prepare for one-on-one sessions, and obtain industry input for a draft Request for Proposal (RFP) and Performance Work Statement (PWS). The anticipated acquisition is a Multiple Award IDIQ Contract, unrestricted, with a 5-year ordering period and a 5-year option, a ~$750M ceiling, and NAICS 541511 (Custom Computer Support Services). Pricing arrangements may include Cost Plus Fixed Fee (CPFF) and Firm-Fixed Price (FFP). Evaluation will be a trade-off method considering price, past performance, professional employee compensation, technical aspects (including cybersecurity and software engineering), and a personnel management plan. Key dates include a Draft RFP in August 2025, Formal RFP Release in October 2025, and Contract Award in September 2026.
    The IAGSC Industry Day focused on the upcoming task orders for software development related to fourth and fifth generation military systems. Key areas of interest include mission system integration and hardware-in-the-loop simulations. The current bid process will involve a typical RFP structure, with specific supplemental Performance Work Statements (PWSs) for each task order. Key challenges include contractor-government collaboration, staffing, and project scaling amidst budget constraints. The use of modern infrastructure is essential, although legacy systems are still present. Companies are encouraged to bid based on their strengths, with flexibility in work parsing to accommodate specialized proposals. Staffing remains a pressing issue, with a high demand for skilled developers in a competitive market. The potential for incorporating artificial intelligence and machine learning into projects reflects a focus on modernization. Overall, the initiative underscores the government's strategy to improve capabilities using a blend of in-house and contractor resources while fostering competitive bidding and effective collaboration across various teams and locations.
    The Air Force Sustainment Center (AFSC) is hosting an Industry Day for the Implementation of Advanced Government Simulation Capabilities (IAGSC) at Wright-Patterson AFB from April 15 to 17, 2025. This event aims to foster collaboration with industry to gather input for a draft Request for Proposal (RFP) related to software development and integration of simulation capabilities vital for various DoD platforms. Attendees must sign in and provide specific information, although company names will be published, the individual names will remain confidential. The agenda includes a general session, overview of the AFSC mission, acquisition background, one-on-one sessions, and a Q&A segment, with a focus on non-proprietary discussions. The acquisition will involve a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract, with an estimated ceiling of around $750 million, expected to cover a five-year period with a potential extension. Anticipated acquisition considerations include software engineering, cybersecurity, training support, and administration. The evaluation will be based on various factors such as price, past performance, and technical capability. This Industry Day represents a strategic opportunity for the AFSC to enhance operational readiness by engaging with vendors to craft a relevant acquisition strategy.
    This Performance-Based Work Statement (PWS) outlines the requirements for the Implementation of Advanced Government Simulation Capabilities (IAGSC) for the Air Force Sustainment Center's (AFSC) Software Development Directorate, Experimentation Division (AFSC/SWX). The primary objective is to provide non-personal services for software development, integration of modeling and simulation capabilities into DoD systems, research and development, cybersecurity, lifecycle software testing, and systems engineering support. The contract also covers program management, system administration, training, security services, and administrative support. Key aspects include maintaining a stable, security-cleared workforce, adhering to strict cybersecurity protocols like RMF and JSIG, and ensuring all developed software provides unlimited data rights to the government. Travel is anticipated, and all work will be performed on-site at Wright-Patterson Air Force Base, with a performance period not exceeding 30 months.
    The Performance-Based Work Statement (PWS) aims to define tasks for implementing Advanced Government Simulation Capabilities (IAGSC) to support the Air Force Sustainability Center (AFSC) and its software development needs. The PWS outlines the mission of AFSC/SWX to enhance warfighter effectiveness through innovative software solutions. Key services include software engineering, cybersecurity, systems administration, and training support, with a focus on non-personal services for the Department of Defense. The contractor is responsible for managing the contract, providing program management reviews, monthly status updates, staffing management, and ensuring qualified personnel with necessary security clearances. Cybersecurity oversight is a priority, supported by Risk Management Framework (RMF) services and compliance with security protocols. The contract's scope spans software development, integration of modeling and simulation capabilities, and lifecycle testing for various DoD systems. The contractor must supply all required materials and provide training tailored to multi-domain operational needs. Performance objectives focus on timely deliverables and compliance with government standards. Overall, the PWS emphasizes effective program management, cybersecurity, and operational readiness to meet the diverse demands of the Air Force and its mission goals.
    This document addresses key questions regarding an Air Force solicitation for development and sustainment work across various Air Force Mission Design Series (MDS) aircraft. It clarifies that personnel require a minimum SECRET clearance, with many workloads demanding higher levels. The scope includes integrating or creating intelligence community threat models. The solicitation will involve hybrid-edge cloud development environments, with work performed at Impact Levels 5, 6, and 6+, and requires experience with NSA Raise the Bar (RTB) compliant cross-domain solutions. The project involves both sustainment of existing code and development of new code, utilizing various DevSecOps environments built on COTS and GOTS technologies. Work will be conducted at multiple government sites, including Wright-Patterson, Hill, Tinker, and Warner-Robins AFBs, with government-provided equipment and facilities for classified work. The government emphasizes agile and scaled agile methodologies, and contractors will play a significant role in process development.
    The document presents a series of questions and answers regarding a federal Request for Information (RFI) related to contractor roles and expectations for a modeling and simulation initiative within the Air Force. Key topics include security clearances for personnel, requirements for integration of threat models, cloud-based service utilization, and cybersecurity protocols. Contractors must hold a minimum SECRET clearance, with many tasks requiring higher security clearances. The use of hybrid-edge cloud environments is affirmed, and questions regarding the percentage of cloud-based versus on-premises work are clarified, with the scope varying by task order. Critical capabilities outlined include the need for contractor-managed software development environments, experience with specific modeling systems, and adherence to cybersecurity frameworks such as STIGs and RMF. The document emphasizes the importance of integrated simulation environments, testing methodologies, and training requirements. While the Air Force anticipates full and open competition for RFPs, there is an intent to encourage small business participation. Overall, this RFI serves to ensure that potential contractors are well-versed in the complex operational, security, and technical expectations involved in fulfilling government contracts in this domain.
    Lifecycle
    Title
    Type
    Similar Opportunities
    RFI: HAF/A5 Advanced Wargaming and Simulation Technologies for Integrated Force Design
    Buyer not available
    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.
    Program Manager Wargaming Capabilities - Software
    Buyer not available
    The Department of Defense, specifically the U.S. Marine Corps Program Manager Wargaming Capability (PM WGC), is seeking advanced software solutions for wargaming capabilities to support comprehensive military simulations. The objective is to develop a modular, open-architecture wargaming system that can execute end-to-end workflows—including planning, design, execution, data capture, analysis, and reporting—within a secure Azure cloud environment, addressing all levels of war and various warfighting domains. This initiative is crucial for enhancing military operational planning and analysis through sophisticated simulations. Interested vendors must submit an executive summary detailing their capabilities and technical approaches by January 30, 2026, and can engage further at the 2025 I/ITSEC conference. For inquiries, contact Victoria Downing at victoria.downing@usmc.mil or 703-784-1807.
    F-35 "Lightning II" Training Systems and Simulation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    Synopsis Next Generation Aerospace Ground Equipment (NGAGE) MAC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for the Next Generation Aerospace Ground Equipment (NGAGE) Multiple Award Contract (MAC) Indefinite Delivery-Indefinite Quantity (IDIQ) contract, aimed at supporting Agile Combat Support (ACS) for Aerospace Ground Equipment (AGE) over a ten-year period. This contract will facilitate the design, development, testing, and implementation of new solutions for AGE, which is critical for the launch, recovery, and maintenance of various aircraft systems, including fighters, bombers, and cargo aircraft. The IDIQ has a ceiling of $920 million and is intended to establish a diverse awardee base, with no set-asides at the basic contract level, although they may apply at the order level. Interested parties should note that the solicitation number FA8532-26-R-B001 will be posted on sam.gov, with a tentative award date set for April 2026. For further inquiries, contact Kimberly Janssen at kimberly.janssen@us.af.mil or Joe Lee at joe.lee.4@us.af.mil.
    Digital Engineering Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole-source Firm Fixed Price contract for Digital Engineering Services to Dassault Systemes (DS). The procurement aims to secure comprehensive support for the 3D Experience (3DX) application, which includes configuring, customizing, training, and providing full-time equivalent support, essential for advancing digital engineering initiatives and leveraging existing software licenses. The 3DX application serves as a critical product lifecycle management tool that integrates various supporting applications, with a performance period extending from July 2022 to September 2025, funded by RDT&E resources. Interested parties can reach out to Kevin Daigle, Contract Specialist, at kevin.daigle.3@us.af.mil or Melissa Hobley, Contracting Officer, at melissa.hobley@us.af.mil for further inquiries.
    Air Force Installation and Mission Support Center (AFIMSC) STREAMLINING PROCUREMENT FOR EFFECTIVE EXECUTION & DELIVERY (SPEED) Commercial Solutions Opening (CSO)
    Buyer not available
    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.
    ESCAPE SaaS Request for Information (RFI)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential sources for the Enterprise Supply Chain Analysis Planning & Execution (ESCAPE) Software as a Service (SaaS) Follow-on Contract. The primary objective is to procure a product contract that focuses on providing PTC Service Parts Management (SPM) SaaS capabilities for IL5 and IL6, along with additional services for training, analysis, configuration, and Tier 1-3 help desk support. This initiative is crucial for enhancing the Air Force's supply chain management capabilities and ensuring efficient operations. Interested parties are encouraged to respond by 4:00 PM Central Time on December 19, 2025, and should direct inquiries to Matthew Tonay at matthew.tonay.1@us.af.mil or Megan Donaghe at megan.donaghe@us.af.mil.
    Advanced Cyber Operations Prototypes (A-COP)
    Buyer not available
    The Department of the Air Force is seeking proposals for the Advanced Cyber Operations Prototypes (A-COP) program, aimed at developing next-generation cyber operation prototypes for Department of Defense (DoD) platforms. The initiative focuses on enhancing cyber superiority through assured infrastructure, continuous situational awareness, and effects-based defenses, integrating technologies such as Signals Intelligence (SIGINT) and Electronic Warfare (EW). With an estimated funding ceiling of $949.9 million, the program anticipates multiple awards ranging from $10 million to $50 million, with a potential for individual awards up to $99.98 million, and is open for white paper submissions until December 30, 2028. Interested parties should direct technical inquiries to Thomas Parisi at afrl.riga.firestarter@us.af.mil and contractual questions to Amber Buckley at Amber.Buckley@rl.af.mil.
    SAF/CDM Commercial Solutions Opening
    Buyer not available
    The Department of Defense, through the Secretary of the Air Force Concepts Development and Management (SAF/CDM), is soliciting innovative commercial solutions via the Commercial Solutions Opening (CSO) FA7146-21-S-C001. This initiative aims to acquire cutting-edge commercial items, technologies, and services that address defense-related activities and close existing capability gaps, particularly in areas such as countering strategic competitors, Big Data, AI/ML technologies, and emerging cyber technologies. The CSO operates under a two-step process, with White Papers due by September 1, 2026, followed by invited proposals due by September 30, 2026, and anticipates multiple awards with an estimated budget of $100 million. Interested vendors can contact Kevin T. Adams at kevin.adams.20@us.af.mil or (301) 203-4766 for further details.
    REQUEST FOR INFORMATION: AFLCMC/WING IMAGING AND TARGETING SUPPORT FISCAL YEAR 2027
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC/WIN), is conducting a Request for Information (RFI) to gather insights on next-generation airborne Geospatial Intelligence (GEOINT) capabilities for its Wing Imaging and Targeting Support (I&TS) program for Fiscal Year 2027. The RFI aims to identify promising technologies and projects that can enhance the Air Force's GEOINT sensors and sensemaking capabilities, focusing on three specific mission areas outlined in the 2024 US Air Force Chief of Staff One Force Design document. Interested parties are invited to submit white papers and tri-charts, particularly in the realm of quantum sensing technologies, with projects expected to have a budget of less than $2.5 million annually and a Technology Readiness Level (TRL) of 4-6, aiming for TRL 6 or higher. Submissions are due by January 19, 2026, at 1600 EST, and a virtual Industry Day will be held on December 15, 2025; for inquiries, contact the Program Manager at AFLCMC.WING.ITS@us.af.mil.