USAF Rapid Development Integration Facility (RDIF) Supplies, Services, and Deliverables Sources Sought
ID: FA8629-26-R-B003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8629 AFLCMC WISK SOF/PRWRIGHT PATTERSON AFB, OH, 45433, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Department of the Air Force is seeking qualified contractors to provide supplies, services, and deliverables for the Rapid Development Integration Facility (RDIF) at Wright-Patterson Air Force Base in Ohio. This pre-solicitation notice indicates that the Air Force Life Cycle Management Center (AFLCMC) plans to issue a Request for Proposal (RFP) for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, focusing on aircraft modification and prototyping to meet urgent warfighter needs. The RDIF is a critical capability for rapid adaptive engineering solutions, and the contract will be set aside for 8(a) certified businesses, emphasizing the importance of past performance in the evaluation process. Interested parties should direct inquiries to Christopher Simendinger or Anaiya Taylor by August 1, 2025, as the RFP is expected to be released no earlier than August 19, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the evaluation criteria for a federal Request for Proposal (RFP) concerning an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for Rapid Development Integration Facility (RDIF) support. The evaluation will utilize the Past Performance Price Tradeoff (PPT) method, prioritizing past performance over price while ensuring proposals meet technical acceptability criteria. Proposals must comply with specific solicitation requirements, and those found grossly deficient may be excluded without further consideration. Key evaluation factors include technical acceptability, past performance, and pricing. Technical proposals will be rated as Acceptable or Unacceptable based on essential requirements. Past performance will assess the relevancy and quality of prior contracts to gauge confidence in an offeror's capability. Price evaluations will focus on completeness, reasonableness, and unbalanced pricing to derive a Total Evaluated Price (TEP) for competitive assessment. The government retains flexibility to award any contract based on these evaluations, emphasizing a holistic assessment of proposals to select the best value for the Air Force while maintaining adherence to federal acquisition regulations. This process illustrates the government's commitment to acquiring services that effectively meet military aviation needs while ensuring quality and cost-effectiveness.
    The Performance Work Statement (PWS) outlines support requirements for the Rapid Development and Integration Facility (RDIF), aimed at enhancing the Air Force's capabilities in irregular warfare and C4ISR. This initiative is designed to operate alongside existing test centers and leverage Wright-Patterson Air Force Base’s infrastructure. The contractor is responsible for a wide range of tasks including prototyping, production, and integration of aircraft/equipment, adhering to ISO standards. Key performance requirements involve various manufacturing capabilities, electrical and mechanical testing, and quality assurance measures. The contractor is required to ensure timely delivery of materials, execute integration processes, and provide training and technical support. Security is a critical concern as personnel must have access to classified information, and compliance with stringent government security regulations is mandated. Additionally, a Quality Control Plan must be established to monitor and enforce service quality. The document highlights the importance of continuous service availability, quality performance standards, and proper insurance coverage for contractors. This PWS serves as a foundational document for RFPs related to government contracts focused on defense-related services.
    The document outlines the labor categories and minimum requirements for personnel involved in the Rapid Development Integration Facility (RDIF) support contract at Wright Patterson Air Force Base, OH. It details the roles of a Program Manager and various technical positions, including Electrician, Sheet Metal Worker, Quality Assurance Technician, CNC Operator/Machinist, Welder, Professional Services, Engineer/Scientist, and Technician. Each position specifies the necessary educational qualifications, years of experience, and particular skills relevant to military and aviation contexts. For example, the Program Manager requires a Bachelor’s degree and extensive project management experience, particularly in DOD acquisitions. Other technical roles necessitate hands-on expertise in aircraft systems, familiarity with military technical manuals, and collaboration with project engineers. The document serves as a comprehensive guide for hiring qualified personnel, ensuring adherence to regulations and enhancing operational efficiency in military aircraft projects. It is essential for procurement processes, aligning with government RFPs and grant requirements aimed at optimizing defense support services.
    The document outlines a comprehensive list of equipment and machinery intended for procurement through government RFPs. It includes various categories of metalworking machinery such as vertical machining centers, CNC hydraulic press brakes, hydraulic shears, and welding equipment from recognized manufacturers like HAAS, Accurpress, Dake, and Miller. Details provided include specifications such as dimensions, power ratings, cutting capacities, and functionalities of each equipment type. Additionally, there are other devices listed for woodworking, laser engraving, and 3D printing, along with desktop computers equipped with SolidWorks software. This procurement aim suggests a focused effort to equip facilities adequately for enhanced manufacturing and technical operations, essential for meeting government project demands and compliance standards. The document's structure methodically organizes the equipment by category, presenting detailed specifications to ensure clarity and facilitate decision-making for contracting opportunities related to federal and local projects. This summary encapsulates the intent and vital elements of the procurement process while adhering to the context of government agency needs and specifications.
    The document outlines the Wage Determination No. 2015-4731 issued by the U.S. Department of Labor under the Service Contract Act, specifying minimum wage and benefit requirements for federal contracts in Ohio. Contractors must adhere to Executive Order 14026 for contracts starting or renewed after January 30, 2022, mandating a minimum wage of $17.75 per hour for covered workers in 2025. Contracts awarded between January 1, 2015, and January 29, 2022, must comply with Executive Order 13658, stipulating a minimum wage of $13.30 per hour if not renewed post January 30, 2022. The document lists various occupations categorized by wage rates and required fringe benefits for different job titles. It also details healthcare and welfare provisions, sick leave policies, vacation time, holiday pay, and reclassification processes for unlisted occupations. Additional provisions address uniform allowances and special payments for hazardous work. The aim is to ensure fair compensation and worker protections for employees working under federally funded contracts, emphasizing compliance within the context of government RFPs and grants.
    The document outlines a detailed labor and materials cost proposal for a federal project spanning fiscal years 2026 to 2036. It includes estimated labor hours, rates, and material costs associated with various job categories, including administrative support, electricians, quality assurance technicians, and skilled trades such as sheet metal workers, welders, CNC operators, and engineers. The proposal specifies the number of labor hours needed annually for each labor category, while total material costs are delineated for each fiscal year, amounting to significant sums, with no markup indicated. The structured format highlights workforce requirements alongside financial projections for materials, reflecting an organized strategy for fulfilling the project's staffing and budgeting needs. Notably, the document presents a labor and material expenditure framework that will be essential for compliance with federal funding regulations, keeping transparency and accountability at the forefront. This proposal serves as a crucial component in the context of government RFPs, demonstrating the offeror's preparedness to meet the demands of public contracts while ensuring adherence to legal and budgetary standards.
    The document provides detailed instructions for Offerors on how to submit Past Performance Information (PPI) using a specialized PPI Tool required as part of an RFP process. It outlines steps for downloading the tool from SAM.gov, entering relevant information, and submitting the completed PPI along with their proposals. Key steps consist of setting up business relationships, entering past performance data, specifying key individuals associated with the proposal, and printing necessary reports. Offerors must comply with specific data fields, ensuring accurate contract details and performance descriptions. The purpose of these instructions is to ensure that Offerors comprehensively document their past performance to demonstrate their ability to fulfill RFP requirements. This systematic approach facilitates the evaluation of potential vendors for federal grants and local/state contracts by standardizing the submission process and ensuring pertinent information is captured efficiently. Adherence to the guidelines within the document is crucial for a successful proposal submission in the competitive landscape of federal contracting.
    The RDIF Past Performance Questionnaire is a critical document used by the federal government to gather information on contractor performance related to various contracts. It is required for the evaluation of contractors who submit proposals under federal RFPs and grants. The form requests detailed information about the contractor's work, including the nature of the project, entity details, performance metrics, and whether the work was completed satisfactorily. Key sections include questions about the specific performance of contractors in areas such as aircraft modification and integration, management of subcontractors, and any significant issues like contract terminations or cost discrepancies. The questionnaire also employs a performance rating scale, allowing evaluators to assess factors such as technical performance and customer satisfaction quantitatively. Ultimately, this document aids government officials in making informed decisions regarding contractor reliability and capability based on past performance, ensuring accountability and fostering quality in contract execution.
    The document outlines the Performance Work Statement (PWS) for a federal government contract (FA8629-26-R-B003/FA8629-26-F-BXXX) regarding the fabrication of a B-52 PLLF1-11002-5 VLF Kit. The contractor is responsible for providing technical expertise, manpower, and materials to fabricate, assemble, inspect, and deliver one kit to the Defense Logistics Agency (DLA) at Warner Robins Air Force Base by July 31, 2027. Key tasks include ensuring quality assurance, timely procurement of materials, and providing weekly status updates to the project manager. The US government will furnish necessary program funding and provide specific technical drawings. Performance standards, including quality thresholds for machining, inspection, and integration tasks, are established to ensure adherence to industry standards. The scope of work is designated to take place at specified locations, with security clearance requirements emphasized for contractor personnel. This project is indicative of the government's need for specialized equipment and adherence to stringent quality and security measures in defense operations.
    The Quality Assurance Surveillance Plan (QASP) outlines performance management strategies for the Rapid Development Integration Facility (RDIF) under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The objective is to implement a Performance-Based Service Acquisition (PBSA) that assesses contractor compliance with a Performance Work Statement (PWS), ensuring that services provided meet government requirements. A Multi-Functional Team (MFT) oversees the process, aiming to enhance efficiency and customer support. Key responsibilities of team members include market research, contractor evaluation, and performance documentation, with roles defined for the Contracting Officer (CO), Contracting Officer Representative (COR), and others. Methods for performance assessment and surveillance include customer complaints, periodic inspections, and 100% inspections, each detailed with specific documentation requirements. The QASP emphasizes contractor accountability for quality control and the necessity for corrective actions when performance does not meet established thresholds. It mandates regular assessments, maintaining open communication within the MFT and with contractors to ensure service efficacy and contract compliance. Overall, the document serves to guide oversight and promote continual improvement in contractor performance within the framework of federal acquisitions, ensuring mission objectives are met efficiently and effectively.
    The document appears to be an informational message related to the inability to access a government file, which may be a Request for Proposals (RFP) or grant document. It suggests upgrading the user's PDF viewer to ensure that the content is visible. The focus of the document emphasizes the importance of having appropriate software for accessing federal and local government documents, particularly for tasks involving RFPs and grants. However, it does not present any specific content regarding RFPs or grants themselves, thus lacking any substantial details, key ideas, or supporting information. The main purpose is to inform users about the technical issue of viewing the document while encouraging them to seek assistance if necessary.
    The Rapid Development Integration Facility (RDIF) is seeking proposals for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to support military aircraft part development, integration, prototyping, and production, supplementing government resources as projects arise. Offerors must adhere to prescribed proposal guidelines, including submission format and content requirements, ensuring clarity and detail for evaluation. Proposals should include elements outlined in the Performance Work Statement and must be concise, avoiding unnecessary embellishments. Key submission components comprise a cover letter, technical proposals detailing approaches and qualifications, past performance information, and pricing data captured in the RDIF Price Matrix. Offerors must also address compliance with federal regulations, including those related to export-controlled data. The proposal preparation emphasizes structure across four distinct volumes, outlining requirements for technical, past performance, and pricing sections. The evaluation criteria will focus on the Offeror’s experience, technical methods, management strategies, and past contract performance. Adherence to timeline deadlines for proposal submission and past performance questionnaires is critical. The RDIF initiative reflects the government's objective to enhance military aircraft capabilities through efficient resource utilization and collaborative partnerships within the defense contracting environment.
    Attachment 9 outlines the question log associated with a Request for Proposals (RFP) within the federal grant framework and state/local RFPs. The document records inquiries and comments from various stakeholders about specific references in the proposal documents, such as page numbers and paragraph references. It aims to facilitate clear communication and response regarding the RFP process, addressing unclear elements, and ensuring that all applicants can access the same information. This engagement underscores the importance of transparency and clarity in the RFP procedure, allowing for a collaborative approach to problem-solving among participants. The structure of a question-log format indicates an organized method of tracking dialogue, ensuring that each question raised is systematically responded to. This practice supports the integrity of the RFP process by aiding in the equitable dissemination of information, which is essential for fair competition among applicants.
    The document titled "Attachment 9 - RFP Questions and Comments" serves as a log for inquiries and feedback related to a specific Request for Proposal (RFP). It includes a numbered question format for participants to submit their doubts or comments, which will be addressed publicly for transparency. Each entry records the originator, date, document page, and relevant paragraph reference. While specific responses are noted as forthcoming, the format suggests a structured approach to engage stakeholders, ensuring clarity and assistance regarding the RFP. This collective documentation fosters an open dialogue among potential bidders, ultimately aiming to enhance understanding of the proposal's requirements and streamline the submission process. Overall, it exemplifies the procedural adherence typical in federal and local government RFPs, emphasizing a commitment to fostering communication and collaboration in procurement activities.
    Similar Opportunities
    Industry Day - 711th HPW Mission Support Services Follow On
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified 8(a) small businesses to provide mission support services for the 711th Human Performance Wing (HPW) at Wright-Patterson Air Force Base in Ohio. The procurement aims to secure a range of services, including medical, IT, and advisory support, through multiple Indefinite Delivery Indefinite Quantity contracts, with an estimated ceiling of $505 million. This initiative is crucial for enhancing the operational capabilities of the 711 HPW, which encompasses various specialized units within the Air Force. Interested parties should note that the Request for Proposal (RFP) is expected to be released in the spring of 2026, and all updates will be posted on SAM.gov. For further inquiries, contact Jessica Briggs at jessica.briggs@us.af.mil.
    AFSC Requirements Support Readiness Analysis (RSRA)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking support for the Readiness Analysis (RSRA) related to supply chain management at Wright Patterson AFB in Ohio. This task order modification aims to incorporate additional performance-based services necessary for Readiness Based Leveling (RBL) Materiel Management Review (MMR) stratification, D200 downstream system continuity, and reporting for the Office of the Secretary of Defense (OSD). The services are critical for enhancing the efficiency and effectiveness of supply chain operations within the Air Force, ensuring readiness and operational capability. The anticipated period of performance is 10 months, concluding on November 25, 2023, and interested parties can reach out to Mr. Herbert Duncan at herbert.duncan@us.af.mil for further information.
    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.
    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.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Dept Of Defense
    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.
    Requirements Projections On the Web (RPOW) FALL 2025
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Requirements Projections On the Web (RPOW) for Fall 2025, focusing on Air Force managed items, particularly spares and repairs. This opportunity involves obtaining qualification requirements and engineering data for various aircraft components, with a clear emphasis that the listed data is for planning purposes only and does not constitute an invitation for bids. The procurement process includes contacting Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for qualification requirements and engineering data requests, with vendors required to register on SAM.gov and submit a certified DD Form 2345. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil for further information.
    PKA Relocatable Facility
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the installation of a 4,032 square foot Relocatable Facility (RLF) at Francis E. Warren Air Force Base in Wyoming. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to ensure the facility is constructed in compliance with applicable laws and regulations, including the integration of essential utilities and adherence to security and safety protocols. This procurement is part of a market research effort to identify potential small business sources, with responses used to inform future acquisition strategies; interested parties must submit their capability statements and any questions by December 12, 2025, to the designated contacts, 1st Lt Kamary Williams and Liezel McIntyre, via email.
    REQUEST FOR INFORMATION: AFLCMC/WING IMAGING AND TARGETING SUPPORT FISCAL YEAR 2027
    Dept Of Defense
    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.
    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.
    Request for Information AFLCMC/WIN manages the USAF Imaging & Targeting Support (I&TS) portfolio supporting the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The GCWG manages and plans AF airborne GEOINT Capabilities RDT&E investments
    Dept Of Defense
    The Department of the Air Force, through the Air Force Life Cycle Management Center (AFLCMC/WIN), is conducting a Request for Information (RFI) to identify promising technologies for the Imaging & Targeting Support (I&TS) portfolio, which supports the Geospatial Intelligence (GEOINT) Capabilities Working Group (GCWG). The objective is to solicit innovative projects that enhance Air Force airborne GEOINT capabilities, focusing on technologies with an initial Technology Readiness Level (TRL) of 4-6 and aiming to achieve TRL 6 or higher, with funding requirements capped at $2.5 million per year for projects lasting one to two years. This initiative is crucial for developing next-generation sensor and processing capabilities that adapt to evolving mission sets and threats, aligning with the Air Force's strategic goals outlined in the Chief of Staff's One Force Design document. Interested parties should submit white papers and tri-charts by 1600 EST on January 19, 2026, and can contact the primary representative, WING PM, at AFLCMC.WING.ITS@us.af.mil for further information.