MOSES II Request for Proposal
ID: FA702224RMOSEType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7022 AMIC DET 2 OL PATRICK PKAPATRICK SFB, FL, 32925, USA

NAICS

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

PSC

NATIONAL DEFENSE R&D SERVICES; DEFENSE-RELATED ACTIVITIES; APPLIED RESEARCH (AC32)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Modeling, Software, and Engineering Support II (MOSES II) contract, aimed at providing technological support for the maintenance, sustainment, and enhancement of complex systems at the Air Force Technical Application Center (AFTAC). This six-year contract, which spans from April 1, 2025, to March 31, 2030, with options for extension until September 30, 2032, encompasses a variety of tasks including research, development, and data deliverables, with a focus on enhancing the AFTAC Information Management System (AIMS) and supporting cloud deployment initiatives. Interested small businesses are encouraged to submit proposals, as this opportunity is set aside for total small business participation, with a contract ceiling of $84.2 million. For further inquiries, potential offerors may contact Rebecca DeMitchell or Ranada Lowe via email at rebecca.demitchell@us.af.mil and ranada.lowe@us.af.mil, respectively.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List for the MOSES II system, detailing a series of data items that contractors must submit to the government, specifically the AFTAC/SD office. Each data item, such as the Status Report, Contract Funds Status Report, Software Product Specification, and various testing and design reports, specifies submission frequency, required formats, and review timelines. The submission dates, which are often set to align with contract milestones, are critical for project management and compliance. Additionally, items include essential elements like dissemination instructions and review periods, emphasizing the importance of timely and accurate documentation in meeting government requirements. This structured framework of data requirements ensures that contractors maintain accountability and transparency throughout the contract lifecycle, reflecting the stringent oversight typical of federal RFPs and grants.
    The Performance Work Statement (PWS) outlines the requirements for the Modeling, Software, and Engineering Support II (MOSES II) contract for the Air Force Technical Applications Center (AFTAC). This contract includes a non-personal services agreement to enhance scientific and technical capabilities related to modeling, software development, and engineering. Key tasks include operations and maintenance of enterprise software systems, research and development for modeling processes, and on-site technical support. The contractor is expected to maintain software across various classifications, respond to problems based on urgency, and ensure compliance with AFTAC standards. Deliverables such as status reports, software specifications, and installation plans are defined, with strict timelines for submission. The project spans a base period of five years, with options for extension based on performance metrics, emphasizing quality assurance and timely reporting. The PWS aims to provide adaptive technical support robustly aligned with AFTAC’s operational needs, integrating new technologies while adhering to security protocols. This contract reflects the government’s commitment to enhancing operational readiness through expert analysis and data-driven support systems tailored to AFTAC's missions.
    This document outlines the evaluation criteria and source selection methodology for an Indefinite Delivery Indefinite Quantity (IDIQ) contract. It emphasizes that past performance is significantly more critical than price in determining the best value award. The U.S. Government intends to award one contract based on offerors' ability to meet all terms and conditions, with particular attention to offerors possessing a Top Secret Facility Clearance (FCL) for handling Sensitive Compartmented Information (SCI). The evaluation process involves various steps, beginning with cost/price assessments that analyze reasonableness and completeness, followed by technical proposal evaluations based on acceptability. The final step assesses present/past performance, resulting in a confidence rating that considers the offeror's capability to fulfill contract requirements. The process is designed to ensure a selection that balances price and performance through a clear methodology, enabling the government to award a contract that meets its needs while maintaining competition among qualified vendors.
    The document outlines the technical details of the Modeling Software & Engineering Support II (MOSES II) program employed by the Air Force Technical Applications Center's 24th Analysis Squadron. It details various tools and supporting software aimed at environmental modeling and simulation. Key components include the AFTAC Information Management System (AIMS), which integrates data analysis across multiple disciplines, and the Hydrological Execution Framework (HEF) that predicts stream flow utilizing tools like the RAPID model. Additional tools highlighted include GeoWATCH for soil moisture mapping, ChemPython for estimating chemical emissions, and the Inference Engine (DOME) for database interaction and modeling. Each tool comprises specific software, hardware requirements, and functionalities tailored to the needs of environmental sciences and hydrology. The document also discusses the operational requirements for high-performance computing systems and database management, indicating ongoing updates and advancements. This technical data is essential for informing RFPs and grants related to environmental sciences and demonstrates the Air Force's commitment to using advanced modeling techniques for strategic applications in environmental monitoring and analysis.
    The document appears to reference a technical issue related to the viewing of a government file, specifically mentioning the need for an updated PDF reader for proper access. It does not provide any substantive content regarding federal RFPs (Requests for Proposals), federal grants, or related state/local RFPs, which are typically used by government entities to solicit proposals from organizations interested in providing services or solutions for specific projects or initiatives. The intended structure seems to focus on notifying users about compatibility issues with the document rather than conveying information about government funding opportunities or proposals. Consequently, there is no relevant data or analysis to extract or summarize within the context of government RFPs, grants, and procurement processes.
    The document outlines the rate structure for proposed labor categories in response to Request for Proposals (RFPs) under the NDES IV program (FA7022-24-R-0004). It emphasizes that offerors should only input their bids in designated green-shaded cells for direct and indirect costs, covering the fiscal year (FY) 2025 through FY 2032. Each labor category, including Program Manager, Engineers, Scientists, and Analysts, is listed with placeholder rates of 0.00% for fringe, overhead, general and administrative (G&A) expenses, and profit. Additionally, it presents workload estimates for various roles. The document stipulates that FY33 rates will not impact the Technical Evaluation Process (TEP), but will be relevant for task orders extending into that fiscal year. The purpose of this documentation is to facilitate a standard method for bidding which aids in project planning, resource allocation, and grant management, by maintaining consistency in the labor rates associated with government-funded projects.
    This document outlines the instructions for completing the Professional Compensation Matrix as part of a federal Request for Proposal (RFP). Offerors must fill in specified "Green" shaded cells, including the names of Prime/Subcontractors, their labor categories, full-time employee (FTE) quantity, hourly salary, and fringe percentage rates. The prime offeror must submit one comprehensive Compensation Plan Narrative and Professional Comp Matrix for the entire team. Subcontractors may submit their matrices directly to the Contracting Officer. The document emphasizes the importance of mapping proposed labor categories to the Government's labor categories, providing salary support data from credible sources like the Bureau of Labor Statistics (BLS) and justifying any alternative data sources. Unrealistically low salary proposals are flagged as potential indicators of a failure to understand the project's complexity, potentially compromising the ability to attract qualified professionals. In summary, adherence to these instructions is critical for a competitive and credible proposal in response to government funding opportunities.
    The RFP Attachment 6 – Past Performance Information Sheet for the MOSES II RFP (FA7022-24-R-MOSES) is a structured form aimed at gathering detailed past performance information from offerors. It requires participants to provide concise details on relevant contracts or programs active within the last five years. Each entry must adhere to formatting guidelines, ensuring completeness of information including contract specifics, customer points of contact, and details about contractor performance. Additionally, the sheet emphasizes the need to evaluate compliance with federal regulations regarding small business participation and outlines expectations for reporting on subcontracting plans. Offerors must also highlight the contributions of key personnel, demonstrating their qualifications and relevant experience for the proposed effort. This document serves as a tool for assessing the responsibility and capability of offerors in relation to contract compliance and performance expectations in response to the solicitation.
    The RFP Attachment 7 outlines the requirements for a Subcontractor Consent Letter related to the MOSES II RFP FA7022-24-R-MOSES. This document is essential for obtaining consent from subcontractors or teaming partners before the government can disclose their past performance information to the prime contractor, as such information cannot be shared without their explicit authorization. The consent letter serves to facilitate the assessment of past performance, which is increasingly important in government source selections. The sample letter to be completed includes details about the subcontractor's or teaming partner's participation in the proposal and expressly permits discussions about their past performance with the prime contractor. The letter must be signed by an authorized representative of the company, ensuring legal binding. This process underscores the government's focus on leveraging past performance when determining contractor confidence and performance relevancy in proposals under RFPs, illustrating the procedural framework necessary for enhancing efficiency in contracting processes.
    The Performance Work Statement (PWS) outlines the scope of services required for the MOSES II Task Order 1 aimed at enhancing the AFTAC Information Management System (AIMS). This non-personal services contract mandates contractors to provide technical expertise, computational studies, cloud deployment, and system enhancements without government supervision. The key objectives include converting Java applications to web frameworks, conducting computational validation studies of chemical compounds, and supporting the migration of applications to Amazon Web Services (AWS). Additionally, it emphasizes the importance of security requirements, contractor training, and adherence to environmental regulations. The contract is set for a 12-month performance period, with stringent performance thresholds established to ensure timely delivery of quality work and compliance with security protocols. On-site operations will occur during standard business hours at AFTAC HQ or the contractor's facility as appropriate, while maintaining utility conservation. The PWS also highlights the necessity for meticulous reporting, including status and contract funds reports, and the contractor's responsibilities regarding staffing, training, and security arrangements. The focus is on collaboration and effective communication between contractors and government representatives to achieve successful project outcomes.
    This RFP Attachment outlines the instructions for submitting proposals for the MOSES II contract, a follow-on Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a ceiling of $84.2 million. The contract will support AFTAC's operations and maintenance (O&M) and research and development (R&D) requirements over a period of 7.5 years. Proposals must adhere to strict instructions regarding submission format, content, and compliance with specific requirements, including clear organization into four volumes: Completed RFP, Cost/Price, Technical Capability, and Present/Past Performance. Key details include the requirement for all proposals to be unclassified and submitted electronically. Offerors must demonstrate capabilities for O&M tasks while ensuring that personnel possess necessary security clearances. Proposals will be evaluated based on technical capability, cost reasonableness, and past performance, with emphasis on detailed methodologies and rationales for pricing and labor categories. The document also indicates that funds are not currently available for contract award and that the government may cancel the solicitation if necessary. This structure is typical of federal RFPs, focusing on ensuring comprehensive evaluation and compliance to meet mission objectives effectively while providing a framework for collaborative partnerships and accountability in government contracting processes.
    The document outlines a government solicitation for the Modeling, Software, and Engineering Support II (MOSES II) contract. Its primary aim is to secure technological support for the maintenance, sustainment, and enhancement of complex systems at the Air Force Technical Application Center (AFTAC). This six-year contract spans from April 1, 2025, to March 31, 2030, with options to extend until September 30, 2032. It encompasses a range of tasks including research, development, and data deliverables, categorized under various pricing arrangements such as firm fixed price and cost plus fixed fee. The solicitation includes procedural guidelines for submitting offers, evaluation factors for award, contract clauses, and administrative data. Key stakeholders, including the designated contracting officer, are identified for further inquiries. Emphasizing adherence to the Performance Work Statement (PWS), the document also stipulates inspection and acceptance criteria, payment procedures, and requirements for maintaining compliance with federal regulations. This solicitation reflects the government's commitment to procure specialized services while ensuring accountability in federal grant disbursement and contract execution.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    C5M TES- Technical Engineering Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Technical Engineering Services (TES) to support the C-5M Super Galaxy aircraft under contract FA8525-24-R-0001. The primary objectives include providing sustaining engineering services such as conducting engineering investigations, formulating deficiency resolutions, and ensuring the operational readiness of the aircraft through various programs, including the Aircraft Structural Integrity Program (ASIP) and Corrosion Prevention and Control Program (CPCP). This initiative is crucial for maintaining the aircraft's life cycle and operational capabilities, directly impacting the U.S. Air Force's global mobility missions. Interested contractors must have a security clearance of "Secret" and are encouraged to contact Alisha Foster or Erica Martin via email for further details, with the performance period expected to span from July 25, 2024, to July 24, 2029, and a potential six-month extension.
    MABSM Implementation and Sustainment for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the implementation and sustainment of the Maintenance Business System Modernization (MABSM) program for the Oklahoma City (OC-ALC) and Warner Robins (WR-ALC) Aircraft Groups. This procurement aims to support the Maintenance, Repair, and Overhaul (MRO) applications, which are critical for managing the entire Depot process from asset induction to sale, ensuring compliance with evolving Air Force requirements. Interested parties, particularly small businesses including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned concerns, are encouraged to respond to this Sources Sought notice by providing their company information, size status, and relevant experience by September 24, 2024, at 4:00 PM MST, to Jason Neering at jason.neering@us.af.mil.
    ROBOTIC SYSTEMS SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Robotic Systems Services to support the maintenance and repair of government-owned robotic systems at Robins Air Force Base in Georgia. The contractor will be responsible for providing technical expertise, training, engineering support, parts, and materials to ensure the effective functioning of up to 70 robotic systems, with the goal of minimizing downtime and enhancing operational efficiency. This procurement is a Total Small Business Set-Aside, with an estimated contract value of approximately $12.5 million, and proposals are due by September 23, 2024. Interested parties can contact Michele Watts at michele.watts.1@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further information.
    Honeywell Engineering Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting engineering services from Honeywell under a sole source opportunity. The primary objective of this procurement is to enhance the operational capabilities and reliability of Air Force weapon systems through specialized engineering, research, and technological support, as outlined in the Performance-Based Work Statement (PWS). This initiative is crucial for maintaining mission-essential services, particularly as Air Force assets age, ensuring the efficacy and safety of military operations. Interested parties can reach out to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Gerald Mosley at gerald.mosley.1@us.af.mil for further details, with proposals due by September 23, 2024, under solicitation number FA8109-24-R-0003.
    MDA IT Operations & Engineering Solutions (MIOES)
    Active
    Dept Of Defense
    The Missile Defense Agency (MDA) is seeking proposals for the MDA IT Operations & Engineering Solutions (MIOES) contract, aimed at providing comprehensive IT services and support for missile defense operations. The procurement focuses on enhancing the agency's capabilities in research, development, testing, and evaluation of missile defense systems, with an emphasis on cybersecurity, facility operations, and mission integration. This contract is critical for maintaining operational readiness and ensuring secure communications across various defense domains. Interested parties must submit their proposals by November 1, 2024, and can direct inquiries to Jonathan "Jon" Wood at jonathan.wood@mda.mil or Christopher "Chris" Jeon at christopher.jeon@mda.mil.
    On-Site Depot Support (OSDS) for AFSOC C-130 Weapon Systems and Support Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for On-Site Depot Support (OSDS) for Air Force Special Operations Command (AFSOC) C-130 Weapons Systems and Support Systems at Hurlburt Field, Florida. The procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for skilled labor and management services to perform maintenance and modification tasks on specialized C-130 aircraft over a ten-year period, including a 12-month base year and nine 12-month options. This contract is crucial for ensuring timely and high-quality maintenance support for AFSOC's operational readiness, with a total estimated value of $45.5 million. Interested small businesses must submit their proposals by October 16, 2024, and can direct inquiries to Donna Casey at donna.casey.3@us.af.mil or Raquiel Shell at raquiel.shell@us.af.mil.
    Avionics Intermediate Shop Product Support Integration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Avionics Intermediate Shop Product Support Integration contract, aimed at providing essential product support activities for the 416 Supply Chain Management Squadron at Hill Air Force Base, Utah. The contractor will serve as a systems integrator, responsible for managing technical support, logistics, and systems integration for F-16 avionics systems, ensuring operational readiness and compliance with military standards. This contract is critical for sustaining avionics testing capabilities and addressing obsolescence issues, with a performance period extending from March 30, 2025, to March 29, 2035. Interested parties must submit their proposals by the deadline of October 1, 2024, and can direct inquiries to Christian Barwick at Christian.Barwick@us.af.mil or by phone at 801-775-4631.
    One Semi-Automated Forces (OneSAF) Solicitation
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation, is seeking proposals for the One Semi-Automated Forces (OneSAF) program, which focuses on software development, integration, and support for Army training applications. The procurement aims to enhance interoperability and support cloud-based software applications, thereby reducing costs and facilitating training across various Army units and agencies. This contract is structured as a Small Business Set-Aside Indefinite Delivery/Indefinite Quantity (ID/IQ) arrangement, with a minimum guarantee of $400,000 and a maximum ceiling value of $127 million over a 72-month period. Interested parties must submit their proposals by September 23, 2024, and can direct inquiries to Naillil DeJesus at naillil.m.dejesus.civ@army.mil or Demetria Carter at demetria.b.carter.civ@army.mil.
    Modernization, Enterprise Management, and Select Sustainment Requirements of the F-15 Eagle Weapon System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking capable sources for the modernization, enterprise management, and sustainment of the F-15 Eagle Weapon System. This opportunity involves multiple contracting vehicles, including stand-alone contracts and Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, aimed at fulfilling future requirements for both the United States Air Force and Foreign Military Sales customers. The selected contractors will be responsible for a range of activities, including hardware and software design, integration, testing, and product support, with a focus on upgrades and acquisitions for the F-15 system. Interested parties must submit their qualifications by 4 PM EST on September 16, 2024, to Valerie Neff at valerie.neff@us.af.mil, and should be aware that this is a pre-solicitation notice for market research purposes, not a request for proposals.
    SAF/SQ SETA II
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force District of Washington, is seeking qualified contractors for the Systems Engineering Technical Assistance (SETA II) services to support national security space and acquisition initiatives. The procurement aims to enhance the effectiveness of space system acquisitions through a range of tasks, including executive support, resource management, technical integration, and program management, as outlined in the Performance Work Statement. This opportunity is critical for ensuring compliance with operational guidelines and facilitating collaboration across defense space systems, ultimately contributing to national security efforts. Interested parties must submit their Capability Statements by September 27, 2024, and should contact Rebecca Tinch at rebecca.tinch@us.af.mil or Deja Green at deja.green.1.ctr@us.af.mil for further information.