AFRL/DSC Information Technology Services Support (ITSS)
ID: FA8650-25-R-0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2396 USAF AFMC AFRL PZL AFRL PZLEWRIGHT PATTERSON AFB, OH, 45433-7541, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is seeking qualified Small Business 8(a) firms to provide comprehensive Information Technology Services Support (ITSS) to enhance its research and operational missions. The required services include customer support, application and web development, cybersecurity management, data analysis, and software development, among others, with an emphasis on maintaining effective IT systems and ensuring operational continuity. This procurement is crucial for fostering collaboration across various labs and partner sites, and contractors must possess the necessary qualifications, including a Secret security clearance and Information Assurance Technical (IAT) level II certification as per DOD Directive 8140.01. Interested parties are invited to submit capability statements by June 13, 2025, to Travis C. McCullough at travis.mccullough.1@us.af.mil, as this notice serves as a market research effort and not a solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the provision of comprehensive Information Technology (IT) Services Support for the Air Force Research Laboratory (AFRL) Headquarters (AFRL/DSC). The objectives include maintaining effective IT systems and fostering modernization and digital transformation initiatives. Key services required encompass computer support, content management, network implementation, cybersecurity management, data analysis, and software development. The contractor must ensure operational continuity during normal, emergency, and recovery phases, providing assistance to maintain AFRL’s mission-critical functions. The document specifies performance expectations, including response times for help desk incidents and satisfaction ratings, along with the need for qualified personnel and compliance with safety and security regulations. The PWS emphasizes the importance of having a robust organizational structure and procedures to manage ITAS effectively and assures that deliverables align with government standards and requirements. Overall, this PWS serves as a framework for securing IT support that enhances AFRL's research and operational missions through efficient service delivery and adherence to strict cybersecurity measures. The requirements reflect established federal guidelines and emphasize contractor accountability for achieving designated performance thresholds throughout the contract duration.
    The document addresses the Request for Proposal (RFP) FA8650-25-R-0001 from the Air Force Research Laboratory (AFRL) for Information Technology Services Support (ITSS). It confirms the existence of an incumbent contract (FA8650-20-F-4048) valued at approximately $9.57 million and outlines a performance period consisting of one base year and three optional years. The onus is on bidders to estimate the Full-Time Equivalent (FTE) workforce needed. The document clarifies that bidders must detail how their proposals meet the specified requirements in the Performance Work Statement (PWS) and that the government is in the process of choosing the best vendor through a Sources Sought announcement. The AFRL will not hold any additional procurement actions prior to the RFP release, and a Facility Clearance (FCL) will be necessary for both prime contractors and subcontractors. Overall, this file provides essential information for vendors preparing to submit proposals for this IT Support requirement, emphasizing compliance with specified conditions and security clearances.
    This document serves as a Sources Sought Notice for the Air Force Research Lab (AFRL), seeking Small Business 8(a) firms capable of providing a range of IT services to support its research and operational missions. The services required include customer support, application and web development, cybersecurity management, data integration, and software development, among others. Contractors must provide qualified personnel with the necessary certifications and security clearances, specifically holding a Secret clearance and Information Assurance Technical (IAT) level II certification as per DOD Directive 8140.01. The procurement is set aside for small businesses under the NAICS code 541519. Interested parties are invited to submit capability statements detailing their qualifications, applicable experience, and plans for subcontracting, along with relevant company identification information by June 13, 2025. The document clarifies that it is not a solicitation but a market research effort to gauge interest and capabilities. The point of contact for inquiries is Travis C. McCullough at the provided email.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Buyer not available
    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.
    AFLCMC Cloud Productivity Suite Pilot CSO
    Buyer not available
    The Department of the Air Force, through the Air Force Life Cycle Management Center (AFLCMC), is seeking white papers for its Cloud Productivity Suite Pilot (CPSP) Commercial Solutions Opening (CSO). This initiative aims to identify innovative commercial solutions for an integrated productivity suite, cloud tenant, and operating system tailored for the Department of the Air Force's IT enterprise, focusing on secure collaborative platforms, IL5 accreditation, and Zero Trust security. The selected solutions will enhance the operational capabilities of Air Force personnel by ensuring access to reliable and efficient IT tools, with individual contracts expected to range from $500,000 to $4,000,000 over a period of 1-5 years. Interested vendors should submit their proposals by following the detailed instructions provided in the attached documents, and can reach out to primary contact Mason R Worsham at mason.worsham.1@us.af.mil for further inquiries. The CSO is open for submissions until November 2026.
    IT and Telecom
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for IT and telecom services, including help desk support and productivity tools. This procurement aims to streamline the acquisition process for various commodities essential to naval operations, facilitating quicker responses to operational needs through multiple BPAs awarded to qualified vendors. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM) with a valid CAGE Code, with responses due by March 11, 2026. Interested parties can direct inquiries to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, and must include the synopsis number N6833525Q0321 in their correspondence.
    GEOINT/Infrastructure Field Support System Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the GEOINT/Infrastructure Field Support System Maintenance contract. This procurement aims to secure services for system maintenance, administration, and management in support of the Air Force Distributed Common Ground System (AF DCGS), which includes responsibilities for sensor management and ground system maintenance during Intelligence, Surveillance, and Reconnaissance (ISR) missions. The contract is crucial for ensuring operational readiness and effective management of geospatial intelligence systems, with a performance period spanning from March 29, 2027, to March 28, 2032. Interested contractors are encouraged to submit their capabilities documentation to Barry Frank at barry.frank@us.af.mil or James Jackson at james.jackson.44.ctr@us.af.mil, as participation in this market research does not guarantee future contract awards.
    Red LAN Sustainment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified contractors regarding the sustainment of the Red LAN system, a secure data processing and distribution platform critical for Space Domain Awareness (SDA) operations. The procurement aims to gather market research on capabilities related to the maintenance and enhancement of this mature system, which includes tasks such as hardware/software maintenance, cybersecurity sustainment, and anomaly resolution. The Red LAN system plays a vital role in ensuring continuous data processing and distribution for USSPACECOM’s SDA and Orbital Warfare missions. Interested parties must submit a Statement of Capability by January 2, 2026, and direct inquiries to Mr. James Delay at james.delay.3@spaceforce.mil.
    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
    Buyer not available
    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.
    Safety-Integrated Risk Information System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for advisory and assistance services related to the Safety-Integrated Risk Information System (S-IRIS) to enhance aviation safety through the Military Flight Operations Quality Assurance (MFOQA) program. The primary objective is to sustain, develop, and expand the MFOQA program, which involves analyzing flight data to identify potential mishaps and develop mitigation strategies, while also maintaining compliance with cybersecurity and documentation standards. This effort is crucial for proactive aviation safety and will involve collaboration with various Air Force commands, government agencies, and international partners. Interested contractors must submit their responses, including company information and capabilities, by December 23, 2026, at 1600 MDT, and can contact My Cole Robinson or Winter Silva for further inquiries.
    JRE Help Desk
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Science Applications International Corporation (SAIC) for Joint Range Extension (JRE) help desk support and sustainment services. The procurement is justified under FAR Part 13, citing SAIC as the only responsible source capable of fulfilling the requirements for the JRE-3081, JRE-3171, JRE-3172, and JRE-13240 systems. This contract is crucial for maintaining operational readiness and support for the Air Combat Command's systems. Interested parties who believe they can meet these requirements are invited to submit a capability statement to SSgt Tierra Brown at tierra.brown.1@us.af.mil by September 9, 2025, at 4:00 PM ET, as late submissions will not be considered.
    628 FSS Military and Family Readiness Support Services
    Buyer not available
    The Department of Defense, through the 628th Force Support Squadron (FSS) at Joint Base Charleston, South Carolina, is seeking qualified contractors to provide Military and Family Readiness Support Services. The procurement aims to deliver a range of support services, including financial management, personal and work-life balance assistance, employment support, and IT hardware/application support, all in compliance with DoD and Air Force standards. These services are crucial for addressing the unique challenges faced by military members and their families, ensuring their well-being and readiness. Interested parties must submit their capability statements and relevant information to Lt. Aaryn Scires at aaryn.scires.2@us.af.mil by January 14, 2026, at 10:00 AM EST, as this is a sources sought announcement for market research purposes only.
    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.