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.